Filter Results:

All sectors

All categories

    3423 news articles

    You can refine the results using the filters above.

  • Avoiding past mistakes: Are the Army’s modernization plans on the right course?

    August 27, 2019 | Information, Aerospace, Naval, Land, C4ISR, Security

    Avoiding past mistakes: Are the Army’s modernization plans on the right course?

    By: Jen Judson WASHINGTON — To avoid past mistakes that have all but crippled the Army's ability to procure new equipment, the service should ensure its top modernization priorities are aligned with its emerging warfighting doctrine, which could mean rearranging some of its top efforts, conservative think tank The Heritage Foundation is arguing in a new report. The assessment comes at a time when the Army is preparing to release a new modernization strategy in short order. “From 2002 to 2014, for a variety of reasons, nearly every major modernization program was terminated,” the report's author Thomas Spoehr writes. Spoehr is the director of the Center of National Defense at Heritage. His former Army career was partly spent helping to develop the service's future year financial plans. Spoehr acknowledges that with the advent of a new four-star command — Army Futures Command — the programs envisioned to modernize the Army “are well-conceived,” but urges the services to look through a lens of how its priorities measure up in Multi-Domain Operations — a concept under development that will grow into its key warfighting doctrine. Spoehr also warns the Army's leaders that there needs to be a balance “of the lure of technology with the necessity" to buy new equipment. The service is steadfastly marching down a path to modernize and develop its capability in Long-Range Precision Fires, Next-Generation Combat Vehicle, Future Vertical Lift, the network, air-and-missile defense and soldier lethality, in order of importance. But Spoehr is proposing to drop NGCV and FVL to the bottom of the list because they would serve less effective roles when carrying out operations in an environment where territory is well defended against enemies like Russia and China. “The need for long-range precision fires and a precision-strike missile with a range of 310 km, for example, is grounded in the need to strip away Russian surface-to-air missile batteries and gain access,” Spoehr writes. “The linkages of other programs and initiatives are not as obvious and would benefit from an Army effort to make the connections either more explicit or reconsider requirements.” Spoehr points out that it's not clear, for example, how a Future Long-Range Assault Aircraft and a Future Attack Reconnaissance Aircraft “might survive against near-peer sophisticated integrated air defense capabilities like the Russian's capable Pantsir-S1 SA-22 system. “Even if the aircraft's speed is doubled or tripled, it will not outrun the Pantsir's 9M335 missile,” he writes. “Nowhere in the MDO concept is a compelling case made for the use of Army aviation, combined with a relative youth of Army aviation fleets,” he adds. Instead, Spoehr said, the priorities “should be based on an evaluation of current versus required capabilities, assessed against the capability's overall criticality to success, and all tied to a future aim point-2030, by a force employing MDO doctrine.” This means, he argues, that the Army's network should be prioritized just below LRPF, followed by AMD and soldier lethality. Ranked at number five and six would be NGCV and FVL, respectively. According to Spoehr, “nothing has come forward to suggest that there is a technological advancement that will make a next generation of combat vehicles significantly better.” Additionally, the Army should not try to force the key requirement of making its Bradley Infantry Fighting Vehicle replacement — the Optionally Manned Fighting Vehicle — robotically operated or autonomous until the network matures to support the capability, the report notes. The Army needs a network “that is simple, reliable and less fragile than its current systems,” Spoehr says. “These capabilities may need to come at the expense of capacity,” which the Army appears to be doing, he notes. Spoehr also suggests that the Army invest less in hypersonic offensive capability and more in defensive capability. But ensuring effective modernization of the force and avoiding past failures is just as much a management challenge as it is overcoming technological and cost hurdles. One of the phenomena Spoehr observed during his time serving in the military, particularly at the Pentagon, is what he calls “groupthink,” where those who spend time together begin to think alike and make decisions without those around them questioning actions. Additionally, subordinates tend to avoid disagreeing with those in charge. Groupthink has been the culprit when it comes to major failure in development and acquisition programs in the past, so the Army should “zealously promote critical thinking and avoid groupthink,” Spoehr writes. The service should “promote a free and open dialogue in journals and forums” and “exercise caution when senior leaders endorse specific system attributes or requirements to avoid closing down discussion.” The report acknowledges that the Army “is making a concerted effort to change to meet the future,” such as standing up AFC and aligning its future doctrine with materiel solutions more closely. It's important the Army keep sight of what it's actually trying to do with its future capability, the report warns. “Rather than seeking to match and exceed each of our adversary's investments, the Army must focus on enabling its own operational concepts and seeking answers to tough operational and tactical problems,” it states. Elsewhere in the overarching analysis, Spoehr recommends growing the force, as well ensuring its effective modernization to include roughly 50 Brigade Combat Teams and an end-strength of at least 540,000 active soldiers. He suggests reducing investment in infantry brigade combat teams in favor of armored BCTs, but also to keep capability to fight in a counter-insurgency environment as well, such as keeping the Security Force Assistance Brigades. The third such formation is preparing to deploy to Afghanistan. The Army also needs to grow faster and must find ways to resolve recent problems with recruiting, Spoehr said, recommending that the service grow at a rate faster than 2,000 regular Army soldiers per year. And force allocation should also be reconsidered, Spoehr argues, recommending that the Army should create a new field headquarters in Europe and, when appropriate, do so in the Indo-Pacific. Overall, “the task for the Army is no less than to develop a force capable of deterring and defeating aggression by China and Russia, while also remaining prepared to deal with other regional adversaries (Iraq and North Korea), violent extremist organizations, and other unforeseen challenges,” Spoehr said. What's hard for the Army is that it lacks “the certainty of a single principal competitor” — the Soviet Union in 1980s, during the last buildup, for example, he noted. Because of the complicated global environment, Spoehr advocates for the Army to shift from thinking about a 20-year lead time for new, transformative capabilities and instead take a constant iterative and evolutionary approach to building the force. Under AFC, the Army is attempting to do just that. The Army can't wait “until the future is clear before acting,” he adds. “When dealing with a 1-million-person organization, equipping, training, and leader development typically takes at least a decade to make any substantive change,” Spoehr said. “The Army must therefore make bets now to remain a preeminent land power.” https://www.defensenews.com/land/2019/08/22/avoiding-past-mistakes-are-the-armys-modernization-plans-on-the-right-course/

  • Contract Awards by US Department of Defense - August 21, 2019

    August 22, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 21, 2019

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $999,000,000 (ceiling) indefinite-delivery/indefinite-quantity contract for A-10 wing replacements. This contract provides for up to 112 new A-10 wing assemblies and up to 15 wing kits. Work will be performed at multiple subcontractor locations in the U.S. and one subcontractor location in South Korea and is expected to be complete by Aug. 23, 2030. This award is the result of a competitive acquisition and two offers were received. Fiscal 2017, 2018 and 2019 procurement funds in the amount of $239,578,025 and are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-19-D-0004). Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $20,000,000 (estimated) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering services. This contract provides for engineering services on all of Northrop designed platforms managed by the 424th Supply Chain Management Squadron at Tinker Air Force Base. The location of performance is Tinker Air Force Base, Oklahoma, and the ordering period will end August 2021. This award is the result of a sole-source acquisition. No funds will be obligated at time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8119-19-D-0002). NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $190,523,870 fixed-price-incentive firm and firm-fixed-price modification to previously-awarded contract N00024-19-C-5418 for materials and spares in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 2 low-rate initial production requirements. This contract will procure the remaining materials in support of the ESSM fiscal 2019 low-rate initial production Lots One through Three all-up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains, Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); and other locations below one percent (2%), and is expected to be completed by March 2023. Non-expiring other funds; fiscal 2019 and 2018 weapons procurement (Navy); and fiscal 2018 and 2017 other procurement (Navy) funding in the amount of $200,620,992 will be obligated at time of award, and funding in the amount of $105,890 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Dynamics-Ordnance and Tactical Systems Inc., Williston, Vermont, is awarded a $20,780,430 modification P00005 to a previously awarded firm-fixed-price contract (N00019-18-C-1023). This modification provides for procurement of 66 M61A2 20 MM Gun Systems in support of F/A-18E/F aircraft production for the Navy (34); and the government of Kuwait (32). Work will be performed in Saco, Maine (41%); Westfield, Massachusetts (7%); Lyndonville, Vermont (6%); Miami, Florida (6%); Charlotte, North Carolina (6%); Chicago, Illinois (5%); Jacksonville, Florida (4%); St. Croix Falls, Wisconsin (3%); Saint Laurent, Canada (2%); Port Hueneme, California (2%); and various locations within the continental U.S. (18%), and is expected to be completed in March 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $20,780,430 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($10,703,798; 52%); and the government of Kuwait ($10,076,632; 48%) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded $15,750,807 for firm-fixed-price, cost-plus-fixed-fee delivery order N00024-19-F-5201 on previously awarded indefinite-delivery/indefinite-quantity contract N00024-15-D-5208 to exercise a one-year option for the production Ring Laser Gyro Navigation (RLGN) System, provisioned items and associated technical program support of the Navy's WSN-7 navigation system. The AN/WSN-7(V) RLGN system is a self-contained inertial navigator designed for Navy surface ships. Work will be performed in Charlottesville, Virginia, and is expected to be completed by July 2021. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $15,750,807 will be obligated at time of award, and $3,885,984 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. HII Mission Driven Innovative Solutions Inc., Huntsville, Alabama, is awarded a $15,604,482 cost-plus-fixed-fee modification to exercise Option Period Two under previously awarded contract M95494-17-F-0021. The work to be performed provides Headquarters Marine Corps, Plans, Policies and Operations; and Marine Corps Installations Command with technical and engineering support for the Chemical, Biological, Radiological, Nuclear and High-Yield Explosive Consequence Management Program. Work will be performed in Arlington, Virginia, and is expected to be completed August 2020. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,786,006 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is awarded a $9,440,639 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to the German navy for the maintenance of the Dangerous Waters Naval Simulator to meet its simulation and training requirements, including proper levels of integration and interoperability. This contract includes purchases to Federal Republic of Germany under the Foreign Military Sales program. Work will be performed in Wilhelmshaven, Germany (50%); Virginia Beach, Virginia (25%); and San Diego, California (25%); and is expected to be complete by August 2023. Foreign Military Sales Federal Republic of Germany funding in the amount of $1,173,145 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4500). ARMY The Boeing Co., Mesa, Arizona, was awarded a $145,892,870 modification (P00037) to Foreign Military Sales (Netherlands) contract W58RGZ-16-C-0023 for the remanufacture of 11 aircraft and new build Longbow Crew Trainer and spares. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of March 29, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $145,892,870 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $101,102,078 modification (P00037) to contract W58RGZ-17-C-0014 for contractor logistics support services. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $34,036,607 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Widman Inc.,* Godfrey, Illinois, was awarded a $30,000,000 firm-fixed-price contract for upper river land repair. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0012). MW Builder's Inc., Pflugerville, Texas, was awarded a $28,777,000 firm-fixed-price contract for design build construction and renovation to barracks. Bids were solicited via the internet with 11 received. Work will be performed in Fort Riley, Kansas, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $28,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4015). Raytheon Integrated Defense Systems, was awarded a $23,995,308 modification (P00005) to contract W31P4Q-19-C-0021 for acquisition of a production contract for signal data processor kits for Sentinel A3 radars. Work will be performed in Fullerton, California, with an estimated completion date of July 31, 2021. Fiscal 2019 other procurement, Army funds in the amount of $23,995,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Widman Inc.,* Godfrey, Illinois, was awarded a $15,000,000 firm-fixed-price contract for lower river land repair. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0013). Raytheon Co., Marlborough, Massachusetts, was awarded a $14,052,864 modification (P00025) to contract W58RGZ-17-C-0070 for engineering services labor, travel, and material. Work will be performed in Marlborough, Massachusetts, with an estimated completion date of Aug. 24, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BAE Systems Land and Armaments, San Jose, California, was awarded a $13,688,402 modification (P00108) to contract W56HZV15-C-0099 for active protection system integration and urgent material release in support of the Bradley Fighting Vehicle. Work will be performed in San Jose, California, with an estimated completion date of June 30, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $13,688,402 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Ameresco Inc., Washington, District of Columbia, was awarded a $7,140,290 firm-fixed-price contract for the installation of a natural gas driven reciprocating engine combined heat and power system, associated pumps, controls, interconnect fees and civil mechanical electrical upgrades. Bids were solicited via the internet with three received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Sept. 1, 2020. Fiscal 2017 military construction funds in the amount of $7,140,290 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4014). CORRECTION: A $32,753,836 contract announced on Aug. 20, 2019, to DynCorp International LLC, McLean, Virginia (W560MY-19-C-0002), to train, advise and assist, was not awarded on that date. It will be awarded today, Aug. 21, 2019, with an adjusted estimated completion date of Aug. 18, 2020. All other information in the announcement is correct. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1940606/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 20, 2019

    August 21, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 20, 2019

    DEFENSE THREAT REDUCTION AGENCY Applied Research Associates Inc., Albuquerque, New Mexico, is being awarded a maximum ceiling $240,000,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a five-year base ordering period and an additional five-year option period. Competitive proposals were solicited and two offers were received. The contract provides for 24/7/365 technical reachback operational and decision support analysis, as well as research and development, to develop and advance the Defense Threat Reduction Agency's (DTRA's) weapons of mass destruction operational support capabilities. The work will be performed at multiple DTRA locations, primarily at Fort Belvoir, Virginia. Fiscal 2019 research, development, test and evaluation funds in the amount of $150,000 (the guaranteed minimum) are being obligated at time of award. DTRA, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-19-D-0007). ARMY The Boeing Co., Mesa, Arizona, was awarded a $154,890,000 modification (P00026) to contract W58RGZ-16-C-0023 to procure new-build Apache AH 64E helicopters. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $154,890,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Berg Manufacturing Inc.,* Spokane Valley, Washington, was awarded a $44,000,000 firm-fixed-price contract for a self-service laundry system. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0027). DynCorp International LLC, McLean, Virginia, was awarded a $32,753,836 time-and-materials contract to train, advise and assist. Bids were solicited via the internet with three received. Work will be performed in Afghanistan with an estimated completion date of Aug. 19, 2020. Fiscal 2019 Afghanistan security forces, Army funds in the amount of $32,753,836 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W560MY-19-C-0002). Manson Construction Co., Seattle, Washington, was awarded a $24,000,000 firm-fixed-price contract for rental of a cutterhead pipeline dredge for dredging in Mobile Harbor, Alabama. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 13, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0040). Manufacturing Support Industries Inc.,* Salisbury, Maryland, was awarded a $9,500,000 firm-fixed-price contract for M240 lightweight adjustable bipod. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0097). AIR FORCE Akima Intra‐Data LLC, Colorado Springs, Colorado, has been awarded a $152,871,144 firm-fixed-price contract for Facility Support Services II. This contract will provide for industrial and test security; security services; command, control, and communication functions; fire and emergency services; environmental; safety; occupational and environmental health; base supply; cargo movement, and vehicle maintenance at Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, with specific performance at White Oak, Maryland; and Moffett Field, California, and is expected to be completed by Nov. 30, 2027. This award is the result of a competitive small business set-aside acquisition utilizing a single solicitation and received two offers. No funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101‐19‐C‐1000). The Stratagem Group Inc., Aurora, Colorado,* has been awarded a $32,600,866 cost-plus-fixed-fee contract for Radio Frequency Identification, Detection, and Geolocation of Emitting Systems software/hardware. This contract provides for improved collection and processing capabilities across multiple intelligence, surveillance and reconnaissance sensing sources in the detection and characterization of priority radar waveforms. Work will be performed at Aurora, Colorado, and is expected to be complete by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0072). NAVY BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $74,990,530 firm-fixed-price, cost-plus-fixed-fee contract to procure 1,440 Radio Frequency Countermeasures and the maintenance and repair of multi-function test stations in support of the F-35 aircraft. Work will be performed in Nashua, New Hampshire (74%); Landenberg, Pennsylvania (7%); Topsfield, Massachusetts (2.5%); Industry, California (1.6%); Hamilton, New Jersey (1.5%); Carson, California (1.3%); Dover, New Hampshire (1.1%); Londonderry, New Hampshire (1%); Chartley, Massachusetts (1%); and various locations within the continental U.S. (9%), and is expected to be completed in March 2022. Fiscal 2017, 2018 and 2019 aircraft procurement (Air Force); fiscal 2019 procurement ammunition (Navy, Marine Corps); and Foreign Military Sales (FMS) funds in the amount of $74,990,530 will be obligated at time of award, $2,394,867 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($37,068,372; 49%); Navy and Marine Corps ($13,556,992; 18%); and FMS countries ($24,365,166; 33%). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0001). Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $48,325,008 for firm-fixed-price, cost-plus-fixed-fee order N00019-19-F-4126 against a previously issued basic ordering agreement (N00019-19-G-0029) to procure spare parts to repair and maintain CH-53K low-rate initial production Lot Three configuration aircraft. Work will be performed in Quebec, Canada (14.88%); Stratford, Connecticut (9.17%); Fort Walton Beach, Florida (2.32%); Rome, New York (2.06%); Bridgeport, West Virginia (2.02%); Chesterfield, Missouri (1.52%); Forest, Ohio (1.47%); Davenport, Iowa (1.38%); Rochester, Kent, United Kingdom (1.36%); Milford, Connecticut (1.22%); Windsor Locks, Connecticut (1.13%); various locations within the continental U.S. (53.97%); and various locations outside the continental U.S. (7.50%), and is expected to be completed in August 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $48,325,008 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. Raytheon Missile Systems, Tucson, Arizona, is awarded a $13,248,183 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5410 to exercise options for engineering and technical services in support of Standard Missile-2/6. This contract combines purchases for the U.S. government (96%); and the governments of Australia, Taiwan, Germany, Denmark, Korea and Japan (4% total) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona, and is expected to be complete by December 2020. This contract includes options which, if exercised, be complete by April 2022. Fiscal 2019 and 2017 weapons procurement (Navy); fiscal 2019 and 2018 research, development, test and evaluation (Navy); fiscal 2019 other Department of Defense; and Foreign Military Sales (governments of Australia, Germany, Denmark, Taiwan, Korea and Japan) funding in the amount of $13,248,183 will be obligated at time of award and not expire at the end of the current fiscal year. This modification is not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1(a)(2)(iii). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,562,400 modification (P00006) exercising the third one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for fuel handler's undershirts and moisture wicking t-shirts. This is an indefinite-delivery contract. Location of performance is Kentucky, with a Sept. 7, 2020, performance completion date. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1939263/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 19, 2019

    August 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 19, 2019

    ARMY Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $133,162,809 firm-fixed-price contract for Savannah inner harbor dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Sept. 6, 2021. Fiscal 2019 civil construction; operations and maintenance civil; and river and harbor contributed funds in the amount of $133,162,809 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5004). Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $124,460,600 firm-fixed-price contract for Charleston harbor dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of July 5, 2022. Fiscal 2019 civil construction funds in the amount of $124,460,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0003). WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $22,252,000 firm-fixed-price contract for construction of a hot refueling system at Gray Army Airfield at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with three received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 22, 2021. Fiscal 2019 military construction funds in the amount of $22,252,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-C-0017). L3 Technologies Inc., Salt Lake City, Utah, was awarded a $7,868,630 firm-fixed-price contract for the production of Dual Output Battery Eliminator retrofits and Ku Band Directional Antennas On the Move upgrades. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 aircraft procurement, Army funds in the amount of $7,868,630 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0636). AIR FORCE Radiance Technologies Inc., Huntsville, Alabama,* has been awarded a $99,997,251 cost-plus-fixed-fee contract for distributed, automated and intelligent hardware and software security. The scope of this effort is the design, development, integration and delivery of an adaptable set of models and tools, which can be used to provide next-generation detailed, comprehensive and automated cyber vulnerability assessment capabilities, which can also be tailored towards multiple application spaces and Department of Defense missions. This set of models and tools will provide optimized system configurations and countermeasure placement in order to perform vulnerability assessments on complex, distributed systems, which include Internet of Things components in an automated fashion. Work will be performed in Huntsville, Alabama, and is expected to be completed by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1508). Flatter Inc., Fredericksburg, Virginia, and Washington, District of Columbia, has been awarded a $39,559,613 indefinite-delivery/indefinite-quantity contract for the Air Force Senior Leadership Development Program (AFSLDP). This contract provides for the full range of technical, functional and managerial expertise to further support the continual development, enhancement, sustainment and facilitation of the AFSLDP by providing analysis, subject matter expertise, guidance and support to the Force Development and Senior Leadership trainings as well as systems. Work will be performed in the National Capital Region and the estimated completion date is Aug. 16, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $136,000 are being obligated at the time of award. The contracting directorate is Air Force, District of Washington, Acquisitions, and the contracting activity is Joint Base Andrews, Maryland (FA701419DA003). BAE Systems, Nashua, New Hampshire, has been awarded a $19,197,676 cost-plus-fixed-fee for sustainment services associated with the AN/ALQ-239 Digital Electronics Warfare Systems (DEWS) and AN/AAR-57A(V) Common Missile Warning System (CMWS) hardware/software. This contract provides for the repair and return indefinite-delivery/indefinite-quantity in support of DEWS/CMWS line replaceable units and line replaceable modules for the Foreign Military Sales customer. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Aug. 13, 2022. This contract involves foreign military sales to the Royal Saudi Air Force. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,054,261 are being obligated at the time of the award via order FA8523-19-F-0056. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0001). CORRECTION: The Aug. 8, 2019, announcement that BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $369,000,000 ceiling increase modification (P00013) to contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems is incorrect. The correct award amount was $90,500,000. All other information in the announcement is correct. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $32,111,547 for modification P00005 to delivery order N00019-19-F-2512 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits and special tooling for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force, Marine Corps, Navy, non-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 June 2025. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD partners; and FMS funds in the amount of $32,111,547 will be 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 ($16,510,522; 51%); Marine Corps ($7,693,130; 24%); Navy ($275,849; 1%); non-DoD participants ($4,698,676; 15%); and FMS customers ($2,933,370; 9%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $21,316,067 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Sacagawea (T-AKE 2). The contract includes options, which, if exercised, would bring the total contract value to $21,942,075. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Dec. 20, 2019. Working capital funds (Navy) in the amount of $21,942,075 will be obligated in fiscal 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-6006). Reyes Construction Inc., Pomona, California, is awarded $20,368,000 for firm-fixed-price task order N62473-19-F-4995 under a previously awarded multiple award construction contract (N62473-18-D-5862) for the design-bid-build construction of missile magazines at Naval Weapons Station, Seal Beach. The work to be performed provides for new magazines that are needed to provide adequate storage for vertical launch missile systems, missile variants and for assembled missile storage. The contractor shall provide all labor, supervision, materials and equipment to perform all work described in the request for proposal. The task order also contains five unexercised options, which, if exercised, would increase the cumulative task order value to $20,479,300. Work will be performed in Seal Beach, California, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $20,368,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $13,350,351 for cost-plus-incentive-fee modification P00008 for new scope under previously awarded contract N-00030-19-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $13,350,351 are being obligated on this award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $12,031,145 for modification P00001 to delivery order 5503 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Air Force and Marine Corps) funds in the amount of $12,031,145 will be 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 ($6,927,023; 58%); and the Marine Corps ($5,104,122; 42%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Unified Business Technologies Inc.,* Troy, Michigan, is awarded $7,379,877 for firm-fixed-price task order N40085-19-F-3500 under a previously awarded SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Air Station, Cherry Point, North Carolina; and Marine Base Camp Lejeune, Jacksonville, North Carolina. The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects. The task order also contains four unexercised options, which, if exercised, would increase cumulative task order value to $37,651,276. Work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%), and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,379,877 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762). DEFENSE LOGISTICS AGENCY Bremen-Bowdon Investments Co., Bowdon, Georgia, has been awarded a maximum $7,966,345 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1085) with four one-year option periods for men's blue trousers. This is a firm-fixed-price contract. Location of performance is Georgia, with an Aug. 23, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1938044/source/GovDelivery/

  • FLIR Surveillance awarded $12.6M for sensors aboard littoral combat ships

    August 19, 2019 | International, Naval

    FLIR Surveillance awarded $12.6M for sensors aboard littoral combat ships

    Aug. 16 (UPI) -- FLIR Surveillance Inc. received a $12.6 million contract for supplies, repairs and upgrades to sensor systems aboard U.S. Navy littoral combat ships. The contract, announced Thursday by the Defense Department, refers to FLIR's Saffire III Electro-Optics Sensor Systems. The systems offer image stabilization, long-range and thermal imaging and color and low-light cameras. The systems are useful in search and rescue operations, reconnaissance, border and coastal patrol and target identification, the manufacturer said. Thousands of the ball-shaped 22-pound systems, which attach to horizontal planes of a vessel or aircraft, have been affixed to helicopters and fixed-wing aircraft, as well as on the shallow-water littoral combat ships. The unit includes an optional sensor system for chemical, biological, radiological and nuclear detection. In May, the company received a $48.1 million contract with the U.S. Army for reconnaissance vehicle sensor suite upgrades. Work in the new contract is expected to be completed by August 2024. https://www.upi.com/Defense-News/2019/08/16/FLIR-Surveillance-awarded-126M-for-sensors-aboard-littoral-combat-ships/4651565975028/

  • Lockheed nets $80M contract for Aegis system upgrades

    August 19, 2019 | International, Naval

    Lockheed nets $80M contract for Aegis system upgrades

    By Ed Adamczyk Aug. 16 (UPI) -- Lockheed Martin received an $80 million contract from the U.S. Navy for electronic equipment upgrades to the Aegis missile system, the Pentagon announced. The new contract modification, announced Thursday by the Department of Defense, calls for Lockheed Martin's Rotary and Mission Systems division to cover the production, test and delivery of multi-mission signal processor equipment sets, electronic equipment fluid coolers, AEGIS Weapon System AMOD [Aegis Modernization] upgrade equipment and Kill Assessment System equipment and spare parts. The deal calls for the Navy to underwrite 78.1 percent of the expenses, with Australia and Japan, where some of the equipment is located, to pay for 21.9 percent. The Aegis Combat System is an integrated naval weapons system using radar and computer technology to track and guide weapons in destroying enemy targets. The project was started by the U.S. Navy in 1964 to defend ships from missile threats, and with constant upgrades is now a feature on over 100 U.S. and NATO ships, as well as those of Australia, Norway and South Korea. It is also an integral part of NATO's European missile defense system. In July, Lockheed Martin was awarded a $22.5 million modification to a prior contract for integration and delivery of the Aegis Baseline 9 weapons system. It called for the modernization of existing U.S. Navy systems using open architecture principles and software upgrades to increase the lethality of the surface Navy. Through the improvements, newer and more powerful missiles can be fired from ships, and the use of the latest Aegis weapons systems capabilities can be used against air and missile threats, the Navy said. Work on the contract is expected to be finished by 2023. https://www.upi.com/Defense-News/2019/08/16/Lockheed-nets-80M-contract-for-Aegis-system-upgrades/6591565971398/

  • Contract Awards by US Department of Defense - August 16, 2019

    August 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 16, 2019

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $199,591,538 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes options which, if exercised, would bring the cumulative value of this contract to $367,195,456. Work will be performed in Louisville, Kentucky (29%); Tucson, Arizona (20%); El Segundo, California (9%); Melbourne, Florida (5%); Pittsburgh, Pennsylvania (3%); Andover, Massachusetts (2%); Ottobrunn, Germany (2%); Williston, Vermont (2%); Tempe, Arizona (1%); Grand Rapids, Michigan (1%); Hauppauge, New York (1%); Ashburn, Virginia (1%); East Syracuse, New York (1%); Camarillo, California (1%); Phoenix, Arizona (1%); Joplin, Missouri (1%); Murray, Utah (1%); Dallas, Texas (1%); Corona, California (1%); Huntsville, Alabama (1%); Minneapolis, Minnesota (1%); Valencia, California (1%); Palo Alto, California (1%); and various locations with less than 1% each (13%). Work is expected to be completed by October 2023. This contract combines purchases for the U.S. government (85%); Kingdom of Saudi Arabia (8%); and the United Kingdom (7%) under the Foreign Military Sales (FMS) program. Fiscal 2019 operations and maintenance (Navy); 2019 other procurement (Army); 2019 shipbuilding and conversion (Navy); FMS Kingdom of Saudi Arabia; FMS United Kingdom; and 2019 weapons procurement (Navy) funding in the amount of $199,591,538 will be obligated at time of award. Funds in the amount of $59,964,768 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1). Raytheon is the only source that can provide the MK 15 CIWS to fulfill Navy, Army, Coast Guard, and FMS requirements without unacceptable delays and substantial duplication of costs that cannot be recovered through competition. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5406). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,303,596 cost-plus-incentive-fee, cost only modification to previously awarded contract N00024-18-C-6258 to exercise option for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73.5%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5.5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $2,633,461 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded $15,300,139 for a firm-fixed-price modification under a previously awarded contract (N40085-15-C-8739) for design and installation of a fire protection system for the Power Propulsion Facility, Building (Bldg) 633, at the Philadelphia Navy Yard. This modification will provide for the full design and installation of the fire protection system for the P-547 power propulsion facility, Bldg. 633, Bldg. 519, Bldg. 520, and the P-104 test cell. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2013 military construction (Navy); and 2019 working capital fund (Navy) in the amount of $15,300,139 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this modification. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Wolverine Fire Protection Co., Mount Morris, Michigan, is awarded $11,104,895 for firm-fixed-price task order number N69450-19-F-0715 under a previously multiple award construction contract for fire protection upgrades at Naval Air Station, Jacksonville, Florida. The work to be performed provides for the repairs and replacement of various existing fire alarm and additional associated systems (electrical, sprinkler systems, piping, and fire pumps) of Buildings 171, 175 and 176. Work will be performed in Jacksonville, Florida, and is expected to be completed by February 2021. Fiscal 2019 defense working capital contract funds in the amount of $11,104,895 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-0613). AIR FORCE International Business Machines Corp., IBM Research - Almaden, San Jose, California, has been awarded a $59,999,958 cost reimbursement contract for NorthPole Software/Hardware. This contract provides for the design, verification, fabrication, and testing of a prototype artificial intelligence and machine learning IBM NorthPole neural inference processor that will be mounted on a test board. Work will be performed in San Jose, California. The work is expected to be complete by Nov. 16, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory/RIKF, Rome, New York, is the contracting activity (FA8750-19-C-1518). Raytheon Missile Systems, Tucson, Arizona, has been awarded a $47,917,924 for 469 Laser Maverick units. This contract provides for the manufacture and delivery of 469 each Laser Maverick units. Work will be performed in Tucson, Arizona. The work is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017, 2018 and 2019 3020 operations and maintenance funds in the amount $43,809,367 are being obligated at the time of award. AFLCMC/EBHK is the contracting activity, Hill Air Force Base, Ogden, Utah (FA8213-19-F-1006). Northrop Grumman Systems Corp., Rolling Meadows, Illinois; and Warner Robins, Georgia, has been awarded a $7,013,331, follow-on contract FA8523-19-D-0007, for DRE, Netherlands. This contract will provide action for the Royal Netherlands Air Force AN/ALQ-131 (V) electronics countermeasures pod upgrade. This program is focused on the redesign of the ALQ-131 Digital Receiver Exciter and ALM-256 Intermediate Level Support Equipment. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Feb. 15, 2022. This contract involves 100% foreign military sales to the Royal Netherlands Air Force. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. CORRECTION: An Aug. 14, 2019, announcement that Alloy Surfaces Company Inc., Chester Township, Pennsylvania (FA8213-19-D-0011), was awarded a $25,000,000 contract for MJU-52 A/B aircraft decoy flares included an incorrect amount of funds being obligated at the time of award. The correct amount of fiscal 2018 ammunition procurement funds being obligated at the time of award is actually $5,281,631. All other information in the announcement is correct. ARMY WMR-532 LLC, Athens, Alabama, was awarded a $49,900,000 firm-fixed-price contract for operations, maintenance and technical support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 18, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0038). T.W. LaQuay Marine LLC,* Port Lavaca, Texas, was awarded a $10,736,570 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Port Isabel, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $10,736,570 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0010). American Council on the Teaching of Foreign Language, White Plains, New York, was awarded a $10,654,800 firm-fixed-price contract for oral proficiency interviews. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2020. U.S. Army Mission Installation Contracting Command, Presidio of Monterey, California, is the contracting activity (W9124N-16-D-0001). DEFENSE LOGISTICS AGENCY Choctawhatchee Electric Cooperative Inc., Eglin Air Force Base, Florida, has been awarded a maximum $13,700,591 modification (P00027) to the existing 50-year contract (SP0600-16-C-8314) for electric operations and maintenance and renewal and replacement utility service charge. This is a fixed-price contract being modified to incorporate the economic price-adjustment agreement to the third-year. Location of performance is Florida, with a July 31, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The Defense Logistics Agency Energy, Fort Belvoir, Virginia, is the contracting activity. CORRECTION: The contract announced on Aug. 14, 2019, for General Dynamics Mission Systems Inc., Scottsdale, Arizona (SPRBL1-19-P-0047), for $12,973,184 was announced with an incorrect award date. The correct award date is Aug. 15, 2019. *Small Busines https://www.defense.gov/Newsroom/Contracts/Contract/Article/1936972/source/GovDelivery/

  • Questions about US Navy attack sub program linger as contract negotiations drag

    August 19, 2019 | International, Naval

    Questions about US Navy attack sub program linger as contract negotiations drag

    By: David B. Larter WASHINGTON — The U.S. Navy is months behind schedule getting its latest batch of Virginia-class attack subs under contract, and no resolution appears imminent — leading to mounting concerns that delays on the Virginia will affect the Navy's top acquisition priority, the Columbia-class submarine. The contract for the 10-ship Block V Virginia-class attack submarine was supposed to be signed in April, but Navy and industry sources say that there has been a lot of talk and little agreement between the service and the two shipbuilders, General Dynamics Electric Boat and Huntington Ingalls Newport News. Intended to integrate acoustic upgrades and an 84-foot section for additional strike missile tubes, the delayed contract for the Block V Virginias have instead turned into just the latest warning sign that all is not well in Virginia-land, as schedules have slipped and at least one of the builders is now bleeding profits. Furthermore, it's unclear what the Navy's buying profile for Block V will be, which is subject to both contract negotiations and Congressional action on the fiscal year 2020 budget. The anxiety over Virginia delays, however, are less about Virginia, which is still a strong performing program — especially when compared with other programs such as the Ford-class carrier — but are more driven by the potential for compounding issues bleeding over into the Columbia-class. Both submarines will be drawing on the same workforce and supplier base, which is already showing signs of strain. The Navy says the delays are part of ongoing negotiations and that the schedule should not be affected further since the Navy has already contracted for long-lead time materials, but with the first Columbia expected to be ordered in 2021, the service is facing the reality that it lacks a clear idea of the future of the Virginia program when it is preparing to launch Columbia. The delays center on the integration of the Virginia payload module and just how many the Navy intends to buy. Until this year, the public plan was for Virginia Block V to be a 10-ship class, where the first boat would integrate the acoustic upgrades but the follow-on boats would all integrate the VPM, which is designed to triple the Virginia's Tomahawk payload capacity to 40 per hull. When the Pentagon's 2020 budget request dropped in March, the plan changed, with the total buy expanded to 11 hulls with eight VPM boats. But according to sources who spoke to Defense News, the builder was laying the groundwork for the original plan, which the Navy had already purchased long-lead material toward. The confusion over just how many VPMs the Navy intends to buy has been a major sticking point in the negotiations, with sources telling Defense News that the number of VPMs could still end up as either eight or seven, or potentially even fewer. Complicating matters further is that Congress has yet to weigh in on the fate of the 11th Block V boat, which would mean buying three Virginia's in one year, and some on Capitol Hill have voiced skepticism that the industrial base can support that The Navy's top acquisition official, Assistant Secretary of the Navy for Research, Acquisition and Development James Geurts, is working toward a solution that will balance the needs of the Navy and the needs of the builders, his spokesman said. Geurts "continues to work closely with the program team and industry on negotiating a Block V Multi-Year procurement contract that will be affordable, executable and supports the industrial base,” said Capt. Danny Hernandez. “He wants to ensure we are maximizing the use of taxpayer dollars while at the same time striving for an acceptable level of design and program risk. “Additionally, during this period, the Navy is continuing to fund the shipbuilder for long lead time materials and pre-construction efforts to ensure submarine work continues at the shipyards and with the supplier base.” ‘Worst of Both Worlds' With uncertainty looming about the future of the Virginia class, questions remain about whether that will bleed into Columbia, creating schedule risk that Navy leaders have said for years was untenable. Congress has sought to ease the strain on the supplier base by offering money to help smaller vendors expand to meet demand. And in March, Geurts announced that he was standing up a new program executive officer for Columbia, citing the need to be proactive with any problems that might arise from the competing demands on the industrial base. “These yards are integrated,” defense analyst Dan Goure, a former Bush Administration official who now works for The Lexington Institute, said in an April interview. “When you start messing with the other program on a short-notice basis, you risk the yards being able to deliver on time and at cost for multiple programs. “In a sense you risk the worst of both worlds: You risk further perturbations in the Virginia class, and at the same time risk not being able to get Columbia out on time.” Both General Dynamics and Huntington Ingalls said in earnings calls they expect the Block V contract to be signed by the end of the year. Delays The setbacks seem to be compounding for the Virginia program. Welding issues on missile tubes destined for the Virginia Payload Module and the Columbia-class ballistic missile submarine program have eaten into the schedule margin for both programs. And issues with the supplier base as well as the labor force have caused schedule delays. Industry sources who spoke to Defense News said growing the Virginia-class program from one submarine per year to two submarines per year, which started with the budget in FY11, has put increasing strain on a diminished submarine supplier base, which has put pressure on schedules as the shipyards wait for parts. Huntington Ingalls has dropped 23 percent of its profit margin on the Virginia-class program, according to a second-quarter earnings report analyzed by defense business analyst Jim McAleese. In an earnings call, Huntington Ingalls executives seemed to blame the drop on the schedule delays. Two sources familiar with the issue said profit loss stemmed from labor force issues that resulted from a year-long delay in the Navy contracting for the carrier George Washington's mid-life refueling and overhaul. The delay caused Ingalls to lay off about 1,200 employees, which drew off workforce from the Virginia program because of labor union rules that say that the most recent hires must be laid off first. Those rules forced Huntington Ingalls Industries to lay off workers who were working on the Virginia program, who in turn were then snapped up by other yards; Huntington Ingalls Industries then had to train new employees for the Virginia work. Defense News reported in March that class-wide, Virginia is looking at four-to-seven month delays for delivery, which drives up labor costs. Huntington Ingalls Industries chief financial officer Chris Kastner said on the call that getting the Virginia program back on schedule is a top priority. “Especially when you're a in a serial production line like we are with the Virginia-class,” Kastner said. “If you start to have issues with schedule it does start to affect the synchronization of the line. “We've been working pretty hard to reset that this year, given kind of where we started last year fourth quarter and we made great progress on that." https://www.defensenews.com/naval/2019/08/16/questions-about-us-navy-attack-sub-program-linger-as-contract-negotiations-drag/

  • Contract Awards by US Department of Defense - August 15, 2019

    August 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 15, 2019

    ARMY GiaCare and MedTrust JV LLC,* Fort Lauderdale, Florida, was awarded a $218,983,564 firm-fixed-price contract for registered nursing services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0021). Honeywell International Inc., Phoenix, Arizona, was awarded an $110,870,867 modification (P00102) to contract W56HZV-12-C-0344 for Total Integrated Engine Revitalization (TIGER) hardware to meet the Anniston Army Depot production of the Advanced Gas Turbine 1500 engine for the Abrams tanks and TIGER field repair site requirements. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 22, 2022. Fiscal 2019 other procurement, Army funds in the amount of $110,870,867 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $46,949,880 firm-fixed-price contract for the construction of a new visiting quarters facility at Little Rock Air Force Base, Arkansas. Bids were solicited via the internet with three received. Work will be performed in Little Rock Air Force Base, Arkansas, with an estimated completion date of Oct. 1, 2021. Fiscal 2019 non-appropriated funds for Air Force services funds in the amount of $46,949,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0028). Lord & Son Construction Inc.,* Fort Walton Beach, Florida, was awarded a $32,128,489 firm-fixed-price contract for construction of a Long-Range Stand-Off Acquisition Facility on Eglin Air Force Base, Florida. Bids were solicited via the internet with three received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of Aug. 14, 2021. Fiscal 2018 military construction funds in the amount of $21,128,489 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0023). GEO Consultants Corp.,* Kevil, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for environmental services. Nine bids were solicited with nine bids received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0045). Michael Baker International Inc., Moon Township, Pennsylvania, was awarded a $9,000,000 firm-fixed-price contract for communications engineering services within the Central Command Area of Responsibility. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0043). NAVY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $80,011,579 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5106 for fiscal 2019 AEGIS Modernization (AMOD) production requirements. This procurement covers the production, test and delivery of multi-mission signal processor equipment sets; electronic equipment fluid cooler; AEGIS Weapon System AMOD Upgrade equipment; Kill Assessment System 5.1 equipment; AEGIS spares; Australia Combat Systems Engineering Development Site; and AEGIS Ashore Japan Sites equipment. This contract combines purchases for the Navy (78.1%); the government of Japan (18.2%); and the government of Australia (3.7%) under the Foreign Military Sales program. This contract includes options, which, if exercised, would bring the cumulative value of this contract action to $80,411,730. Work will be performed in Moorestown, New Jersey (71.2%); Clearwater, Florida (27.4%); and Owego, New York (1.4%), and is expected to be complete by November 2023. Fiscal 2019 defense-wide procurement; 2019, 2018, 2017 other procurement (Navy); 2019, 2018, 2016, 2015, 2014 and 2013 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales funding in the amount of $80,011,579 will be obligated at the time of award, of which $968,079 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $55,960,700 cost-plus-incentive fee, cost-only, firm-fixed-price contract for combat system engineering support on the Ship Self-Defense System (SSDS). The SSDS combat system engineering agent/software design agent primary deliverables will be SSDS tactical computer programs, program updates and associated engineering, development and logistics products. This contract will manage the in-service SSDS configurations as well as adapt and integrate new or upgraded war-fighting capabilities. Work will be performed in Moorestown, New Jersey (95.6%); and San Diego, California (4.4%), and is expected to be complete by December 2019. This contract includes options, which if exercised, would bring the cumulative value of this contract to $637,583,110 and be complete by December 2028. Fiscal 2019 research, development, test and evaluation (Navy); 2019 other procurement (Navy); 2018 shipbuilding and conversion (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $12,438,006 will be obligated at time of award, and funding in the amount of $1,306 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5603). American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $40,103,262 fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for technical support services for the Aircraft Prototype Systems Division of the Naval Air Warfare Center – Aircraft Division Integrated Battlespace Simulation and Test Department. Services to be provided include all phases of program execution from initial conceptual studies, execution planning, management, engineering, documentation, fabrication, installation/ modification and test and evaluation activity support for aircraft research, development, prototyping, experimentation and test and evaluation programs. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0076). FLIR Surveillance Inc., Wilsonville, Oregon, is awarded a $12,689,470 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for supplies, repairs and upgrades for Littoral Combat Ship configuration of Sea Star SAFIRE III Electro-Optics Sensor Systems. Work will be performed in Wilsonville, Oregon, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $432,514 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ49). Teledyne Instruments Inc., North Falmouth, Massachusetts, is awarded a $7,666,080 cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services and supplies to support the ongoing development of autonomous underwater vehicles, localization systems, monitoring and navigation tele-sonar subsea modems. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $22,222,593. Work will be performed in North Falmouth, Massachusetts (90%); and Keyport, Washington (10%), and is expected to be complete by December 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,281,649; and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,070,412 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was procured as a Small Business Innovation Research Phase III award without further competition. The awardee satisfied competition requirements during Phase I and Phase II under Topic N02-082. A justification and approval document pursuant to 10 U.S. Code 2304(c)(5) was approved by the Naval Undersea Warfare Center Division, Keyport, Competition Advocate in January 2017. The Naval Undersea Warfare Center Division, Keyport, in Keyport, Washington, is the contracting activity (N00253-19-D-0005). DEFENSE HEALTH AGENCY AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $56,818,861. The contract provides contracting and program management support to the Defense Health Agency (DHA). Services include, but are not limited to, acquisition and contract management, program management support, and other related workload requirements associated with the award and administration of DHA contracts. The contract was awarded as a competitive 100% small business acquisition. There is a base period of eight months, and four one-year option periods. The places of contract performance are: Falls Church, Virginia; Rosslyn, Virginia; San Antonio, Texas; and Aurora, Colorado. The period of performance begins on Sept. 25, 2019, and the completion date is May 31, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $7,208,836. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0001). AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $47,926,649. The program and acquisition support services include, but are not limited to, program management support and other related workload requirements associated with acquisition and business processes. The contractor shall accomplish a variety of acquisition and other related administrative services to complement the government's workplace capabilities. The contract was a competitive 100% small business acquisition. There is a base period of nine months, and four one-year option periods. This contract provides support to San Antonio, Texas; Aurora, Colorado; Falls Church, Virginia; and Wright Patterson Air Force Base, Ohio, with a completion date of June 17, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $6,077,590. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0002). DEFENSE LOGISTICS AGENCY Sysco Alabama, Calera, Alabama, has been awarded a maximum $37,893,960 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year bridge contract with no option periods. Locations of performance are Central Alabama and Florida Panhandle regions, with an Aug. 8, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3234). Arizona Industries for the Blind, Phoenix, Arizona, has been awarded an estimated $8,600,000 firm-fixed-price with economic-price-adjustment contract for warehousing, storage, logistics and distribution functions. This is a two-year base contract with three one-year option periods. Location of performance is Arizona, with an Aug. 16, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and National Guard and Reserves. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-B065). U.S. TRANSPORTATION COMMAND Trident Technologies LLC, Huntsville, Alabama, has been awarded a contract modification (P00013) on contract HTC711-14-D-D003 in the amount of $13,616,300. The contract modification executed Federal Acquisition Regulation 52.217-8 Option to Extend Services for the Enterprise Architecture, Data, and Engineering (EADE) indefinite-delivery/indefinite-quantity to continue vital support services. The EADE contract acquires enterprise architecture, data, and information technology engineering services for the U.S. Transportation Command, Air Mobility Command/A6, and the Surface Deployment and Distribution Command. Period of performance is Oct. 1, 2019, to March 31, 2020. The location of performance is Scott Air Force Base, Illinois. Operations and maintenance; transportation working capital funds; and research, development, test and evaluation funds will be obligated at the individual task order level. This modification brings the total cumulative face value of the contract from $125,752,500 to $139,368,800. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1935785/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.