Filter Results:

All sectors

All categories

    3702 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - June 29, 2020

    June 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 29, 2020

    NAVY Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $936,032,309 fixed-price-incentive-firm-target modification to previously awarded contract N00024-18-C-2307 to exercise the fiscal 2020 option for the construction of a USS Arleigh Burke DDG-51 class ship (DDG 135). This modification also includes options for engineering change proposals, design budgeting requirements and post-delivery availabilities on the fiscal 2020 option ship. If exercised, the cumulative value of the fiscal 2020 option ship will increase to $947,695,871. Work will be performed in Pascagoula, Mississippi (91%); Erie, Pennsylvania (1%); and other locations below 1% (collectively totaling 8%), and is expected to be completed by June 2027. Fiscal 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $926,032,309 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $360,800,000 not-to-exceed undefinitized contract modification (P00038) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0001. This modification provides for the procurement of four F-35C Carrier Variant Lot 14 aircraft for the Navy. Work will be performed in Fort Worth, Texas (63%); El Segundo, California (14%); Warton, United Kingdom (9%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); various locations within the continental U.S. (1.3%); and various locations outside the continental U.S. (0.7%). Work is expected to be completed by May 2023. Fiscal 2020 aircraft procurement (Navy) funds for $170,000,000 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $67,690,000 not-to-exceed modification (P00004) to previously awarded fixed-price-incentive-firm-target advance acquisition contract N00019-20-C-0009. This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of nine lot 16 F-35A Lightning II aircraft for the government of The Netherlands, as well as seven F-35A semiconductors and two F-35B Lightning II aircraft for the government of Italy. Work will be performed in Cameri, Italy (24%); Fort Worth, Texas (22%); El Segundo, California (11%); Warton, United Kingdom (7%); Baltimore, Maryland (4%); Nashua, New Hampshire (3%); San Diego, California (2%); various locations within the continental U.S. (21%); and various locations outside the continental U.S. (6%). Work is expected to be completed by May 2025. Non-Department of Defense participant funds in the amount of $67,690,000 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. Applied Systems Engineering, Niceville, Florida, is awarded a $48,640,357 indefinite- delivery/indefinite-quantity, firm-fixed-price delivery orders contract with a five-year ordering period to provide Selective Availability Anti-Spoofing Module (SAASM) Advanced Tactical Navigator (ATACNAV) units, SAASM ATACNAV-High Accuracy (HA) units, SAASM ATACNAV-HA-Single Enclosure. ATACNAV mini purchases, ATACNAV units, reconfigurable avionics test sets and global positioning system military code receivers. In addition to procurement of ATACNAV units, system upgrades and repairs from Applied Systems Engineering will be required throughout the life of the contract. The program is in support of the Weapons Control and Integration Department (H) of the Naval Surface Warfare Center, Dahlgren Division and Battle Management Systems Program. This contract does not include options. Work will be performed in Niceville, Florida, and is expected to be completed by June 2025. Fiscal 2018 procurement defense agencies funding in the amount of $692,493 will be obligated on the first delivery order at the time of award and will not expire at the end of the current fiscal year. This contract was procured sole-source in accordance with 10 U.S. Code 2304c1, with one responsible source. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-20-D-4400). IAP World Services Inc., Cape Canaveral, Florida, is awarded a $13,586,127 firm-fixed-price modification to increase the maximum dollar value of an indefinite delivery/indefinite quantity contract for the exercise of an option for base operating support services at the Naval Air Station Patuxent River. After award of this option, the total cumulative contract value will be $119,645,912. Work will be performed in Patuxent River, Maryland. The work to be performed provides for recurring and non-recurring facility maintenance; facility investment; integrated solid waste management; swimming pool; wastewater; water; and environmental management. Work is expected to be completed by December 2020. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,586,127 are obligated on this award and will not expire at the end of the current fiscal year. This award is issued under Federal Acquisition Regulation Part 6.302-2, “Unusually and Compelling Urgency.” The purpose of this modification is to ensure critical services continue as the agency responds to a post-award protest on the re-procurement of this contract. A total funding amount of $8,808,011 will be obligated at the time of award. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-14-D-0302). Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,610,581 firm-fixed-price order (N00019-20-F-0022) against previously issued basic ordering agreement N00019-19-G-0008. This order procures intel diminishing manufacturing sources parts that have reached end of life in support of the F-35 Lightning II Program future aircraft deliveries for the Air Force, Navy, Foreign Military Sales customers and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed by October 2020. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $2,356,880; fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,056,717; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $1,619,315; fiscal 2020 aircraft procurement (Navy) funds in the amount of $631,782; non-DOD participant funds in the amount of $3,982,886; and Foreign Military Sales funds in the amount of $963,001, will be obligated at time of award, $4,413,597 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $9,528,561 modification (P00028) to previously awarded firm-fixed-price contract N00019-17-C-0009. This modification provides for the installation of the multi-role tactical common data link into two E-6B Mercury aircraft. Work will be performed in San Diego, California (56%); and Lake Charles, Louisiana (44%), and is expected to be completed by October 2021. Fiscal 2020 aircraft procurement (Navy) funds for $9,528,561 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. AREPII SA Hotel LLC, doing business as Sheraton Atlanta Hotel, Atlanta, Georgia, is awarded an $8,139,274 firm-fixed-price, three-month contract for lodging, meal and laundry services. This contract includes one three-month option period which, if exercised, will bring the cumulative value of this contract to $15,970,741. Work will be performed in Atlanta, Georgia. Work is expected to be completed October 2020. If all options are exercised, work will continue through January 2021. Fiscal 2020 military personnel (Marine Corps) funds in the amount of $8,139,274 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website and 23 proposals were received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity for (M00263-20-C-0001). ARMY Sharp Minds LLC,* Alexandria, Virginia, was awarded a $473,021,064 hybrid (firm-fixed-price and time-and-materials) contract to provide Letterkenny Army Depot with labor support. Bids were solicited via the internet with five received. Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Jan. 31, 2026. Fiscal 2020 Army working capital funds in the amount of $26,577,042 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911N2-20-F-0494). Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $25,408,756 modification (P00353) to contract W31P4Q-04-C-0046 for support services for the Javelin weapon system. Work will be performed in Tucson, Arizona, with an estimated completion date of June 30, 2025. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $25,408,756 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $19,298,469 cost-plus-fixed-fee contract to procure engineering and testing contractor support services. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of June 30, 2021. Fiscal 2018 and 2020 other procurement (Army) funds in the amount of $19,298,469 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0159). Welch Construction Inc.,* Marcellus, New York, was awarded a $15,000,000 firm-fixed-price contract for repair and construction of real property facilities at Watervliet Arsenal, New York. 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 June 21, 2025. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-D-0005). Skookum Educational Programs, Bremerton, Washington, was awarded a $9,971,669 firm-fixed-price contract for inspection, testing and maintenance work; demand maintenance order work; and preventative maintenance order work and sustainment, restoration and modernization services in support of Fort Riley. Bids were solicited via the internet with one received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of June 28, 2021. Fiscal 2020 operations and maintenance funds in the amount of $3,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-C-0026). Techwerks LLC,* Arlington Heights, Illinois, was awarded an $8,685,042 modification (P00024) to contract W911QY-17-C-0101 for labor, other direct costs and travel in support of the Walter Reed Army Institute of Research. Work will be performed in Arlington Heights, Illinois, with an estimated completion date of July 1, 2021. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $178,340 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,362,290 firm-fixed-price contract for annual maintenance dredging of the Stockton Deep Water Ship Channel. Bids were solicited via the internet with three received. Work will be performed in Stockton, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $8,362,290 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0009). AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $22,562,480 cost-plus-fixed-fee modification (P00008) to contract FA8523-18-C-0002 for reactivation of the Band 8 transmitter associated with the AN/ALQ-161A defensive avionics system supporting the B-1B aircraft. The contract modification is for the delivery of a Band 8 reactivation fleet-wide implementation plan. Work will be performed in Atlanta, Georgia, and is expected to be completed June 29, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The Electronic Warfare Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity. Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $14,769,952 firm-fixed-price modification (P00006) to contract FA8617-20-C-6232 for the Iraq T-6A contractor logistics support and training maintenance program. The modification provides for the exercise of an option to extend the term of the contract for the continued services needed in order to effectively maintain and operate a fleet of 15 T-6A training aircraft. Work will be performed at Balad Air Base, Iraq, and is expected to be completed Dec. 31, 2020. This modification involves 100% Foreign Military Sales (FMS) to Iraq. FMS funds in the full amount will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $7,038,279 firmed-fixed-price contract with some cost-plus-fixed-fee and cost-reimbursable contract line item numbers for follow-on support sustainment of the Republic of Korea Peace Krypton Program. This contract provides for support of the field service representatives, program management, core/field engineering, System Depot Support Facility sustainment, technical manuals sustainment and obsolescence management. Work will be performed in Colorado Springs, Colorado; and Seoul, Republic of Korea, and is expected to be completed Dec. 31, 2020. This contract involves Foreign Military Sales (FMS) to Republic of Korea and is the result of a sole-source acquisition. FMS funds in the full amount are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity. (FA8620‐20-C-3099). DEFENSE LOGISTICS AGENCY Jamaica Bearings,* New Hyde Park, New York, has been awarded a maximum $18,230,335 firm-fixed-price contract for wire ring race kits. This is an 18-month contract with a one-year option period. This was a competitive acquisition with one offer received. Locations of performance are South Carolina and New York, with a Dec. 17, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0034). U.S. SPECIAL OPERATIONS COMMAND CORRECTION: The contract announced on June 26, 2020, to Arcticom LLC, Anchorage, Alaska (H92240-20-C-0004), for $18,772,155, was announced with an incorrect award date. The correct award date is June 29, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2241727/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 26, 2020

    June 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 26, 2020

    MISSILE DEFENSE AGENCY Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a sole-source contract in the amount of $2,271,181,543 under the Foreign Military Sales (FMS) program to the Kingdom of Saudi Arabia (KSA). The contract type will be a hybrid firm-fixed-price, fixed-price-incentive-fee, cost-plus-award-fee and cost-plus-incentive-fee contract. Under this production contract, the contractor will provide seven Army/Navy Transportable Surveillance and Control Model 2 radars, radar spares, obsolescence design, sustainment services and initial contractor logistics support for KSA. The work will be performed in Woburn, Massachusetts. The performance period is June 26, 2020, to Aug. 31, 2027. KSA FMS funds in the amount of $2,271,181,543 will be used to fund this effort. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0862-20-C-0002). AIR FORCE L3 Technologies Inc., Arlington, Texas, has been awarded a $900,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for simulator common architecture requirements and standards (SCARS). This contract provides for the definition, design, delivery, deployment and sustainment of a simulator common architecture across the Air Force's training portfolio, along with the creation of a security operations center and library and the execution of SCARS management services. The SCARS initiative will also incrementally implement a modular open systems approach, as well as a set of common standards for Air Force simulators. The primary location of performance is Orlando, Florida. SCARS has a 10-year ordering period through June 2030. This award is the result of a competitive acquisition and six offers were received. Fiscal 2020 other procurement funds in the amount of $1,216,598; and fiscal 2020 operations and maintenance funds in the amount of $14,278,992 are being obligated under the first task order. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-20-D-0013). Northrop Grumman Systems Corp., Azusa, California, has been awarded a $222,507,873 cost-plus-fixed-fee contract for the Defense Support Program (DSP) Operations, Mission Threat Analysis and Engineering Sustainment (DOMES). This contract provides on-orbit satellite and anomaly resolution support, root cause analysis, mission threat analysis, mission test bed and space awareness and global exploitation as key components of the lifetime extension of the DSP. Work will be performed in Azusa, California; Redondo Beach, California; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed March 31, 2030. Fiscal 2020 operations and maintenance funds in the amount of $18,000,000 is being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-C-0002). VectorCSP LLC, Elizabeth City, North Carolina, has been awarded a $16,286,599 firm-fixed-price contract for Combat Air Force (CAF) Fighter Squadron (FS), U.S. Air Force Warfare Center (USAFWC) and Air Support Operations Squadron (ASOS) support services to Air Combat Command. This contract provides in-garrison active fighter squadron's functional support for typical additional duties assigned to squadron personnel, such as operations scheduling, training, standards and evaluations, weapons and tactics, mobility, non-aviation programs and readiness, equipment managers and armorer support. Work will be performed at various locations throughout USAFWCs, ASOSs and CAFs in the U.S., and is expected to be completed June 25, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $8,920,289 are being obligated at the time of award. Air Force Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-F-0048). Apogee Research LLC,* Arlington, Virginia, has been awarded a $13,398,315 cost-plus-fixed-fee completion type contract for SymLang, an invariant driven approach to software via symmetries and software. The objective of this effort includes developing novel software systems that enable automated adaptation of the resulting software system to radical changes in requirements and computational environments. SymLang, new programming language and its associated toolchain will allow for the rapid development and adaption of code that is efficient at run-time over a wide range of operating conditions. Work will be performed in Arlington, Virginia; Menlo Park, California; and Medford, Massachusetts, and is expected to be completed by June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $766,404 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0520). GrammaTech Inc.,* Ithaca, New York, has been awarded a $12,220,510 cost-plus-fixed-fee completion contract for Artemis Framework prototype software. This contract provides for research, design, development, demonstration, test, integration and delivery of the Artemis Framework that will enable rapid adaptation of software to changes in requirements, platforms and computational resources at a scale and speed appropriate for the complex software ecosystem. Work will be performed in Ithaca, New York, and is expected to be completed June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $750, 818 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0208). Raytheon Technologies, Woburn, Massachusetts, has been awarded a $9,223,822, firm-fixed-price modification (P00052) to contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for the construction of the communications infrastructure at the QEWR site. Work will be performed in Woburn, Massachusetts; and Qatar, and is expected to be completed by December 2020. The modification brings the total cumulative face value of the contract to $1,117,574,971. This modification involves 100% Foreign Military Sales (FMS) to the country of Qatar. FMS funds in the amount of $9,223,822 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. ARMY JCB Inc., Pooler, Georgia, was awarded a $269,425,883 firm-fixed-price contract for electric over hydraulic High Mobility Engineer Excavators, related hardware and ancillary services. 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 23, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0084). GM Defense LLC, Detroit, Michigan, was awarded a $214,297,869 firm-fixed-price contract for acquisition of the Infantry Squad Vehicle, installation kits, ancillary hardware and logistical 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 June 24, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). Walsh Federal LLC, Chicago, Illinois, was awarded a $38,027,000 firm-fixed-price contract for construction of an information system facility at Joint Base Lewis-McChord. Bids were solicited via the internet with two received. Work will be performed in Tacoma, Washington, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 military construction (Army) funds in the amount of $38,027,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0007). KT Consulting, Phoenix, Arizona, was awarded a $12,235,930 firm-fixed-price contract for logistics research and analytic support. Bids were solicited via the internet with two received. Work will be performed in Washington, D.C., with an estimated completion date of Aug. 3, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $6,142,964 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0465). GM Defense LLC, Detroit, Michigan, was awarded an $8,580,666 firm-fixed-price contract for initial delivery of Infantry Squad Vehicles and integrated product 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 June 24, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). MCR Federal LLC, McLean, Virginia, was awarded an $8,579,438 modification (000127) to contract W31P4Q-16-A-0016 for technical engineering services in support of the Fixed Wing Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 28, 2021. Fiscal 2020 operations and maintenance (Army) funds; and 2018 aircraft procurement (Army) funds in the amount of $8,579,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., McLean, Virginia, was awarded an $8,440,579 modification (P00019) to contract W15QKN-17-F-0006 to accelerate enhancements to the identity, credential and access management system, as well as continuation of the Army Knowledge Online enterprise services modernization. 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 March 26, 2021. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. Aerovironment,* Monrovia, California, was awarded a $7,596,820 cost-plus-fixed-fee contract to exercise an option for repair, maintenance, training, flight support and field service representatives. Work will be performed in Simi Valley, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $7,596,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0171). NAVY Bath Iron Works, Bath, Maine, is awarded a $132,000,000 cost modification to previously awarded contract N00024-18-C-2305 to fund capital expenditure projects for shipbuilder and supplier industrial base efforts in support of the USS Arleigh Burke DDG-51 class destroyer program. This modification will fund shipbuilder and supplier base efforts to address supply chain fragility and to ensure future readiness for the fleet. Work will be performed in Bath, Maine, and is expected to be completed by June 2028. Fiscal 2013, fiscal 2018 and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $132,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $62,116,404 indefinite-delivery/indefinite-quantity contract for annual custodial services at Norfolk Naval Shipyard (NNS) and annexes; the Portsmouth and Little Creek site; and the Naval Amphibious Base (NAB) Little Creek-Fort Story. Work will be performed in Virginia Beach, Virginia (75%); and Portsmouth, Virginia (25%). The work to be performed provides for annual custodial services, but is not limited to all management, supervision, tools, materials, supplies, labor and transportation services. They are necessary to perform custodial services for office space, restrooms and other types of rooms at the NNS and annexes, Portsmouth and Little Creek site and NAB Little Creek-Fort Story. Work is expected to be completed by June 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $12,128,835 for recurring and non-recurring work will be obligated on individual task orders issued during the base period. This contract was procured as a sole-source AbilityOne requirement. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0055). Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $62,000,000 cost modification to previously awarded contract N00024-18-C-2307 to fund capital expenditure projects for shipbuilding supplier industrial base efforts in support of the Arleigh Burke DDG 51 class destroyer program. This modification will fund supplier base efforts to address supply chain fragility that ensures future readiness for the fleet. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by April 2029. Fiscal 2013 and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $62,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Baldi Bros Inc.,* Beaumont, California, is awarded a $50,630,423 firm-fixed-price task order N62473-20-F-4817 under a multiple award construction contract for the construction of a runway and taxiway extension at the Naval Air Weapons Station, China Lake, California. Work will be performed in Ridgecrest, California. The work to be performed provides for the construction of extending and widening of Runway 08/26, the construction of Taxiway H and two aircraft arrestor systems, the installation of taxiway lighting on Runway 03/21 and the storm drainage to support the runway and other incidental related work. The runway and taxiway extension project includes, but is not limited to demolition, earthwork, provide drainage, paving, arresting gear, two concrete pads, lighting, airfield signage, power circuitry and control circuitry. Work also provides temporary construction that includes a temporary water line, jersey barriers and access roadwork. Work is expected to be completed by April 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $50,630,423 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2438). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $22,791,081 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4314 for the USS Boise (SSN 764) Smart Start that encompasses continued advance planning, execution services, production and availability preparations for fiscal 2020 USS Boise engineered overhaul. This contract modification includes options, which if exercised, will bring the cumulative value of this action to $22,999,003. Work will be performed in Newport News, Virginia. The contracted requirements also include continued advance planning, execution services, production and availability preparations necessary to repair and maintain unrestricted operation of the submarine. It also includes upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the chief of naval operation's scheduled availability. Work is expected to be completed by September 2020. Fiscal 2020 operations and maintenance funding in the amount of $22,791,081 will be obligated at time of award, and funding in the amount of $22,791,081 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Embree Machine Inc.,* Springville, Indiana (N00164-20-D-JN88); J&R Tool Inc.,* Loogootee, Indiana (N00164-20-D-JN89); Loughmiller Machine, Tool & Die,* Loogootee, Indiana (N00164-20-D-JN90); MSP Aviation Inc.,* Bloomington, Indiana (N00164-20-D-JN91); Specialty CNC Inc.,* Bloomington, Indiana (N00164-20-D-JN92); and United Support Solutions – LMT Inc.,* Cedar Grove, New Jersey (N00164-20-D-JN93), are awarded a $17,500,000 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for build-to-print machined parts for military projects. These contracts includes options which may bring the cumulative value of each contract to $35,000,000, if exercised. Work will be performed at various locations across the U.S. based on each individual task order. These build-to-print machined parts are used for military projects including, but not limited to, the fixed forward firing weapons and interface unit automatic processor systems that are utilized on the MH-60R Seahawk and MH-60S Knighthawk helicopters. Work is expected to be completed by June 2025, or June 2030 if all options are exercised. Working capital funding of a $3,000 minimum contractual award for each vendor ($18,000 total) will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract were competitively procured via the beta.SAM.gov website and 11 offers were received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Poole Fire Protection Inc.,* Olathe, Kansas, is awarded an $10,000,000 indefinite-delivery/indefinite-quantity architect-engineer contract for architect-engineer services for fire protection testing, inspection, studies and surveys at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam and the Commonwealth of the Northern Marianas Islands (40%); Japan (40%); Australia (10%); and Diego Garcia (10%). The work to be performed provides for the following services final acceptance testing and inspection of all types of installed fire protection systems, fire protection and life safety studies, surveys and water flow testing. The term of the contract is not to exceed 60 months and work is expected to be complete by June 2025. Fiscal 2018 military construction (MILCON) (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0005). DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Port Orange, Florida, has been awarded a maximum $28,710,000 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 262-day bridge contract with no option periods. Locations of performance are Florida; Cuba; and the Bahamas, with a Nov. 8, 2020, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3279). Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a not-to-exceed $26,696,992 undefinitized delivery order (SPRPA1-20-F-M40H) against a five-year basic ordering agreement (SPE4A1-16-G-003Z) for aircraft rotodomes. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year nine-month contract with no option periods. Location of performance is Florida, with a March 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Merchants Foodservice, Hattiesburg, Mississippi, has been awarded a maximum $16,160,350 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 241-day bridge contract with no option periods. Locations of performance are Louisiana and Mississippi, with a Feb. 21, 2021, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3280). Fort Riley Utility Services Inc., Fort Riley, Kansas, has been awarded a maximum $9,461,376 modification (P00026) to a 50-year contract (SP0600-17-C-8328), with no option periods for water and wastewater utility services at Fort Riley, Kansas. This is a fixed-priced with economic-price-adjustment contract. This modification increases the obligated value from $33,267,059 to $34,393,260. Locations of performance are Kansas and California, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. International Business Machines Corp., Reston, Virginia, has been awarded a maximum $7,635,577 modification (P00005) exercising the second one-year option period of a one-year base contract (SP4701-18-C-0048) with four one-year option periods for technical and functional services for the Defense Agencies Initiative. This is a firm-fixed-price, cost-plus-incentive-fee contract. Locations of performance are Virginia and other areas in the continental U.S., with a July 31, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 operations and maintenance funds; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $15,943,623 modification (P00161) to a 50-year contract (SP0600-08-C-8250) with no options periods for the ownership, operation and maintenance of water and wastewater utility systems at Fort Hood, Texas. This is a fixed‐price with prospective-price-redetermination contract. Locations of performance are New Jersey and Texas, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded June 23, 2020) U.S. SPECIAL OPERATIONS COMMAND Arcticom LLC, Anchorage, Alaska, was awarded an $18,772,155 maximum single award “C” type contract (H92240-20-C-0004) with options included to extend services in support of Naval Special Warfare Command (NSWC) enterprise requirements for NSW Preparatory Course training and support services. Fiscal 2020 operations and maintenance funds in the amount of $3,329,539 are being obligated at the time of award. The work will be performed in Great Lakes, Illinois, and may continue through fiscal 2026 if all options are exercised. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with eight proposals received. NSWC, Coronado, California, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2234393/source/GovDelivery/

  • Leonardo DRS wins Army network installation contract

    June 29, 2020 | International, Land

    Leonardo DRS wins Army network installation contract

    Andrew Eversden The Army program executive office responsible for network modernization awarded Leonardo DRS a $206 million contract to provide vehicle installation kits for network systems, the company announced June 25. The indefinite delivery, indefinite quantity contract, awarded by Army PEO Command, Control, Communications-Tactical and Project Manager Mission Command, has a performance period of three years with seven option years. Leonardo DRS will provide “cables, brackets and other associated hardware” to support the installation of the next-generation Mounted Family of Computer Systems II, which includes tablets, processors and ruggedized displays. “These are mission-critical components of the Army's Mission Command capability. We are proud to have been selected for high-volume production and delivery of quality, reliable systems for use in almost every type of tactical platform,” said Bill Guyan, senior vice president and general manager of the Leonardo DRS Land Electronics business unit. In June 2018, Leonardo DRS won an $841 million contract to provide the Army with MFoCS II technology. MFoCS II is the service's combat computing platform. https://www.c4isrnet.com/battlefield-tech/it-networks/2020/06/26/leonardo-drs-wins-army-network-installation-contract/

  • Japan confirms it’s scrapping US missile defense system

    June 26, 2020 | International, Land

    Japan confirms it’s scrapping US missile defense system

    By: Mari Yamaguchi, The Associated Press TOKYO — Japan's National Security Council has endorsed plans to cancel the deployment of two costly land-based U.S. missile defense systems aimed at bolstering the country's capability against threats from North Korea, the country's defense minister said Thursday. Taro Kono said the country will now revise its missile defense program and scale up its entire defense posture. The council made its decision Wednesday, and now the government will need to enter negotiations with the U.S. about what to do with payments and the purchase contract already made for the Aegis Ashore systems. Kono announced the plan to scrap the systems earlier this month after it was found that the safety of one of the two planned host communities could not be ensured without a hardware redesign that would be too time consuming and costly. “We couldn't move forward with this project, but still there are threats from North Korea,” Kono said at a news conference Thursday. Japan will discuss ways to better protect the country and the people from the North's missiles and other threats, he said. The Japanese government in 2017 approved adding the two Aegis Ashore systems to enhance the country's current defenses consisting of Aegis-equipped destroyers at sea and Patriot missiles on land. Defense officials have said the two Aegis Ashore units could cover Japan entirely from one station at Yamaguchi in the south and another at Akita in the north. The plan to deploy the two systems already had faced a series of setbacks, including questions about the selection of one of the sites, repeated cost estimate hikes that climbed to 450 billion yen (U.S. $4.1 billion) for their 30-year operation and maintenance, and safety concerns that led to local opposition. Kono said Japan has signed contract worth nearly half the total cost and paid part of it to the U.S. He said Japan is trying to get the most out of what it has already paid, though he did not elaborate. Prime Minister Shinzo Abe, who has steadily pushed to step up Japan's defense capability, said last week that in light of the scrapping the government would need to reconsider Japan's missile defense program and do more under the country's security alliance with the U.S. Abe said the government would consider the possibility of acquiring preemptive strike capability, a controversial plan that critics say would violate Japan's war-renouncing Constitution. Kono on Thursday also raised concern about China's increasingly assertive activity in regional seas and skies. He said Chinese coast guard vessels are repeatedly in and out of Japanese waters around disputed East China Sea islands, and a Chinese submarine recently passed just off Japan's southern coast. “China is trying to change the status quo unilaterally in East China Sea, South China Sea and with Indian border and Hong Kong as well,” Kono said. “It is easy to make connections about those issues.” https://www.defensenews.com/land/2020/06/25/japan-confirms-its-scrapping-us-missile-defense-system/

  • Contract Awards by US Department of Defense - June 25, 2020

    June 26, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 25, 2020

    U.S. SPECIAL OPERATIONS COMMAND L3 Unmanned Systems Inc., Ashburn, Virginia (H92408-20-D-0001); Precision Integrated Programs LLC Newberg, Oregon (H92408-20-D-0002); Arcturus UAV Inc., Petaluma, California (H92408-20-D-0003); Insitu Inc., Bingen, Washington (H92408-20-D-0004); Wildflower International Ltd., Santa Fe, New Mexico (H92408-20-D-0005); and AAI Corp., doing business as Textron Unmanned Systems Inc., Hunt Valley, Maryland (H92408-20-D-0006), is awarded six indefinite-delivery/indefinite-quantity contracts with a maximum combined ceiling of $975,000,000 for Mid-Endurance Unmanned Aircraft Systems IV intelligence, surveillance and reconnaissance (ISR) services in support of U.S. Special Operations Command enterprise requirements worldwide. This multiple-award acquisition supports competition at the task-order level to ensure the most capable platforms and payloads provide real-time, responsive airborne ISR solutions to Special Operations Forces. Fiscal 2020 operations and maintenance funds in the amount $1,500 have been obligated for each contract at the time of award. The contracts were awarded competitively through a full and open competition with 10 proposals received. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $439,179,677 modification (P00062) to contract W58RGZ-16-C-0023 for new-build Apache AH-64E aircraft and Longbow crew trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of March 1, 2025. Fiscal 2020 Foreign Military Sales (Morocco) funds in the amount of $439,179,677 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BAE Systems Inc., York, Pennsylvania, was awarded a $266,865,094 modification (P00039) to contract W56HZV-18-C-0133 for Bradley A4 Production Option Two, which awards 159 vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2023. Fiscal 2019 and 2020 weapons and tracked combat vehicle procurement (Army) funds in the amount of $266,865,094 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. BHI Construction LLC,* Harrisburg, South Dakota (W912MM-20-D-0001); G.A. Johnson Construction Inc.,* Harrisburg, South Dakota (W912MM-20-D-0002); Golden Rule Construction Co. Inc.,* Sioux Falls, South Dakota (W912MM-20-D-0003); Howe Inc.,* Sioux Falls, South Dakota, Dakota (W912MM-20-D-0004); MDM Construction LLC.,* West Fargo, North Dakota (W912MM-20-D-0005); and Sunkota Construction Inc.,* Sioux Falls, South Dakota (W912MM-20-D-0006), will compete for each order of a $20,000,000 firm-fixed-price contract to support the National Guard with construction projects. 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 June 24, 2025. U.S. Property and Fiscal Office, Rapid City, South Dakota, is the contracting activity. Orion Marine Construction Inc., Tampa, Florida, was awarded a $14,648,100 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Port Mansfield, Texas, with an estimated completion date of March 1, 2021. Fiscal 2019 civil construction funds in the amount of $14,648,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-0C0021). NAVY Northrop Grumman Systems Corp., San Diego, California, is awarded a $333,401,760 modification (P00007) to previously-awarded fixed-price-incentive-firm-target contract N00019-19-C-0008. This modification exercises options for the production and delivery of three low-rate initial production MQ-4C Triton unmanned aircraft, two main operating bases and one forward operating base in an integrated functional capability-four and multiple-intelligence configuration, with associated export compliance support for the government of Australia. Work will be performed in San Diego, California (23.3%); Red Oak, Texas (13%); Palmdale, California (11.5%); Linthicum, Maryland (9.4%); Salt Lake City, Utah (9.3%); Bridgeport, West Virginia (5.2%); McClellan, California (4.7%); Indianapolis, Indiana (4.5%); Moss Point, Mississippi (3.3%); Waco, Texas (2.1%); San Clemente, California (1.5%); Newton, North Dakota (1%); various locations within the continental U.S. (9.8%); and various locations outside the continental U.S. (1.4%). Work is expected to be completed by April 2025. Foreign cooperative project funds for $27,601,190 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $38,824,217 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide MK-41 Vertical Launch System repair and refurbishment. Work will be performed in Norfolk, Virginia, and potentially other locations based only on an emergent basis. Work is expected to be completed by June 2021. If options are exercised, work will be completed by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $5,000 (for the minimum guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was procured as full and open competition via the beta.SAM.gov website and one offer was received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-20-D-0006). The Boeing Co., St. Louis, Missouri, is awarded a $16,543,143 firm-fixed-price order (N00019-20-F-0870) against previously-issued basic ordering agreement N00019-16-G-0001. This order procures retrofit modification upgrades to the series aircrafts' F/A-18 Block II Super Hornet and Growler display suites within the Block III Super Hornet and Growler Advanced Cockpit Systems. Work will be performed in St. Louis, Missouri (65%); Mesa, Arizona (15%); China Lake, California (10%); and Ft. Walton Beach, Florida (10%), and is expected to be completed by February 2025. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $15,075,223; and Foreign Military Sales funds in the amount of $1,467,920 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. Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $14,193,833 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Marine Gas Turbine Alteration Installation Team services in support of the Navy's Marine Gas Turbine (MGT) program. Work will be performed at various locations throughout the world based on each individual task order. The purpose of the contract is to provide for the installation of shipboard changes in accordance with approved ship change documents and to effect repairs and troubleshooting in accordance with government specifications on ships which utilize MGTs. Work is expected to be completed by June 2026. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $400,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was a small business set-aside and competitively procured via the Contract Opportunities website at beta.SAM.gov and two offers were received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4015). L3 Harris Technologies Inc., Palm Bay, Florida, is awarded an $11,688,708 modification (P00016) to previously-awarded firm-fixed-price contract N00421-17-C-0024. This modification is for the procurement of 133 Fibre Channel Network switches in support of F/A-18 Lot 44 requirements for the EA-18 Growler, F/A-18E/F Super Hornet and E-2D Hawkeye aircraft. Work will be performed in Malabar, Florida, and is expected to be completed by November 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,688,708 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded an $11,172,403 modification to previously-awarded contract N00024-18-C-4439 to extend the delivery date of the USS Cowpens (CG 63) fiscal 2018 modernization period from December 28, 2019, to November 25, 2020, in order to complete ship repairs and alterations. Work will be performed in San Diego, California, and is expected to be completed by November 2020. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $11,172,403 will be obligated at time of award and will not expire at the end of the current fiscal year. The use of fiscal 2018 operations and maintenance (Navy) funds was approved by the assistant secretary of the Navy (financial management and comptroller) on May 27, 2020, to fund within scope changes for this availability. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. MISSILE DEFENSE AGENCY Kepler Research Inc., Woodbridge, Virginia, is being awarded a $73,119,865 competitive cost-plus-fixed-fee level-of-effort contract with a two-year base value of $16,925,921 and three one-year options for contracting, compliance, cost/price and operations advisory and assistance services. The work will be performed in the National Capital Region; Dahlgren, Virginia; Huntsville, Alabama; and other locations as directed with an estimated completion date of July 2025. This contract was competitively procured via publication on the beta.SAM.gov website with five proposals received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,099,719 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-20-C-0008). DEFENSE LOGISTICS AGENCY Marketing Assessment Inc., Sterling, Virginia (SPE2DE-20-D-0015, $48,000,000); and Manus Medical LLC, Richmond, Virginia (SPE2DE-20-D-0014, $30,000,000), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DE-18-R-0001 for medical and surgical supplies. These were competitive acquisitions with 41 responses received. They are five-year contracts with no option periods. Location of performance is Virginia, with an ordering period end date of June 24, 2025, for Marketing Assessment Inc. and July 1, 2025, for Manus Medical LLC. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. The Raytheon Co., McKinney, Texas, has been awarded a $14,737,383 firm-fixed-price delivery order (SPRPA1-20-F-QD02) against a six-year long-term contract (SPRBL1-15-D-0017) for aircraft radar system 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. Location of performance is Texas, with a Nov. 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 (Navy) working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2232845/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 24, 2020

    June 25, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 24, 2020

    NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-1005); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-1006); Corbara MGS JV,* National City, California (N62473-20-D-1007); Heffler Contracting Group,* El Cajon, California (N62473-20-D-1008); Macro Z Technology,* Santa Ana, California (N62473-20-D-1009); and Teehee Engineering Inc.,* Carlsbad, California (N62473-20-D-1010), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Southwest area of operations in California and Arizona. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System Code 236220. The various types of construction projects may include, but are not limited to, administration buildings, academic and applied instruction training facilities, maintenance/repair facilities, military operations facilities, aircraft hangars, fire stations, office buildings, laboratories, dining facilities, related structures and other similar facilities located in California and Arizona. The maximum dollar value, including one two-year base period and one three-year option period, for all six contracts combined is $99,999,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (84%); and Arizona (16%). The terms of the contracts are not to exceed 60 months and work is expected to be completed by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy) (O&M, N) (O&M) and the Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 15 proposals were received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. Elbit Systems of America, Fort Worth, Texas, is awarded a $31,964,182 modification to increase the ceiling amount on five-year, indefinite-delivery/indefinite-quantity contract for the procurement of an additional 76 helmet display tracker systems, major assemblies, provision ordering item line items, engineering services and support equipment. This procurement will support the Navy PMA-299 Multi-Mission helicopter (MH-60S). Work will be performed in Haifa, Israel (99%); and Fort Worth, Texas (1%). In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured. There is only one responsible source and no other supplies or services will satisfy agency requirements. Future 76 helmet display tracker systems procurements are expected to support Naval Air Systems Command PMA-299 and Foreign Military Sales requirements, which have been deployed on MH-60S Knighthawk (Seahawk) multi-mission aircraft to facilitate and enable effective tracking for the pilot and co-pilot. Work is expected to be completed by June 2021. Fiscal 2020 Aircraft Procurement (Navy) funding of $15,876,977 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-17-D-JQ63). Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded a $13,261,766 firm-fixed-price contract for the design-bid-build of Dry Dock 2 portal crane rail and tunnel repairs located at Portsmouth Naval Shipyard. Work will be performed at Kittery, Maine. The work to be performed provides crane rail repair upgrades, which will increase the capacity of the ground level portal crane rails at the north and east sides of Dry Dock 2. Major work elements include demolition of existing crane rails, baseplates, hardware, footings, beams and pile caps; installation of micro piles; installation of reinforced concrete pile caps, beams and footings; installation of crane rail, baseplates and hardware; and site grading, drainage improvements and pavement restoration within the project limits. Additionally, the tunnel repair upgrades will demolish and reconstruct the personnel access tunnel at the east side of Dry Dock 2, including integral and adjacent ground level portal crane rails and footings. Major work elements include temporary re-routing of electrical, communication and mechanical utilities; selective demolition of reinforced concrete personnel access tunnel and crane rail footings; rock excavation; installation of new cast-in-place reinforced concrete personnel access tunnel with integral crane rails and adjacent crane rail footings; reconstruction of drainage, electrical and mechanical utilities; and site grading and paving. Work is expected to be completed by May 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,261,766 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM website, and two proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0033). CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded a $7,274,125 cost-plus-award-fee modification to task order N62742-19-F-0129 under an indefinite-delivery/indefinite-quantity contract for implementation of remedial alternatives for decision units (DU) N-2, N-3, N-4, SE-1 and E-2 at Joint Base Pearl Harbor-Hickam. Work will be performed in Oahu, Hawaii. The work to be performed under this modification provides selected remedies to be implemented that include focused dredging, placement of a thin-layer of clean material for enhanced natural recovery, treatment of contaminated sediment with activated carbon amendment material at DU E-2 and placement of activated carbon amendment in open-water areas in DU SE-1. Work is expected to be completed by August 2022. Fiscal 2020 environmental restoration (Navy) contract funds in the amount of $7,274,125 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-1807). U.S. TRANSPORTATION COMMAND SSA Atlantic LLC, Savannah, Georgia, has been awarded an $82,803,960 firm-fixed-price contract (HTC711-20-D-R035). The contract provides stevedoring and related terminal services at ports in the Mid-Atlantic region. Work will be performed at ports in Charleston, South Carolina; Savannah, Georgia; Wilmington, North Carolina; and Morehead City, North Carolina. The contract period of performance is from July 1, 2020, to June 30, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE ASIRTek Federal Services LLC, San Antonio, Texas, has been awarded a $78,000,000 firm-fixed-price contract for information security support services. This contract provides for proactive support of the foundational pillars of this requirement, which are cybersecurity improvement initiatives and cybersecurity support. Work will be performed at Joint Base San Antonio-Lackland, Texas. Additional on-site support locations may include Joint Base Langley-Eustis, Virginia; Robins Air Force Base, Georgia; Tyndall AFB, Florida; Randolph AFB, Texas; and Davis-Monthan AFB, Arizona. Work is expected to be completed June 28, 2025. This award is the result of a competitive acquisition with 24 offers received. Fiscal 2020 operations and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-20-D-0001). System Dynamics International, Huntsville, Alabama, has been awarded a $28,736,071 firm-fixed-price, cost-plus-fixed-fee contract for MQ-9 unmanned aerial system aircrew and support services. Work will be performed in Poway, California; China Lake Naval Air Station, California; Edwards Air Force Base, California; Palmdale, California; and Yuma, Arizona, and is expected to be completed June 30, 2025. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 aircraft procurement funds in the amount of $403,814; fiscal 2020 aircraft procurement funds in the amount of $503,902; fiscal 2020 research, development, test and evaluation funds in the amount $2,853,876; and Foreign Military Sales administration funds in the amount of $95,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-20-C-2001). ATI Engineering Services LLC, Johnstown, Pennsylvania, has been awarded a $10,101,563 contract for Rwanda C-208 EX aircraft acquisition. This contract provides the procurement of two Textron C-208 EX aircraft, associated spare parts and ground support equipment, the necessary modifications for the Rwandan Air Force, flight training device, technical drawings and interim logistic support for both aircraft and the training device. Work will be performed in Johnstown, Pennsylvania; Rockford, Illinois; and Kigali Air Force Base, Rwanda, and is expected to be completed July 31, 2022. This contract involves Foreign Military Sales to Rwanda and is the result of a competitive acquisition with two offers received. Fiscal 2016 Peacekeeping Operations Overseas Contingency Operations funds in the amount of $9,030,923 is being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-20-C-0001). ARMY Geneva Rock Products Inc., Orem, Utah, was awarded a $75,039,988 firm-fixed-price contract to construct 18 earth-covered modular storage magazines. Bids were solicited via the internet with five received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Feb. 21, 2022. Fiscal 2020 military construction (Army) funds in the amount of $75,039,988 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0010). Ilsi-Arcadis JV,* New Orleans, Louisiana (W912DR-20-D-0013); Princetone Hydro LLC,* Ringoes, New Jersey (W912DR-20-D-0015); and W.F. Baird & Associates,* Madison, Wisconsin (D912DR-20-D-0016), will compete for each order of the $30,000,000 firm-fixed-price contract for civil works architect engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of June 23, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity. Mission Critical Solutions LLC,* Alum Bank, Pennsylvania, was awarded a $16,276,805 firm-fixed-price contract for procurement of inert warheads. 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 June 24, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0025). Honeywell International Inc., Clearwater, Florida, was awarded a $7,146,942 firm-fixed-price contract for procurement of 66 Tactical Advanced Land Inertial Navigator High Accuracy North Finding Systems. 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 Dec. 31, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0027). DEFENSE LOGISTICS AGENCY Crowley Government Services Inc., Jacksonville, Florida, has been awarded a maximum $59,700,000 firm-fixed-price contract for contractor-owned, contractor-operated fuel storage facilities and services for various types of fuel. This was a competitive acquisition with three offers received. This is a four-year contract with one five-year option period. Locations of performance are Florida and Alaska, with a June 23, 2024, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-20-C-5009). Tiger Natural Gas Inc., Tulsa, Oklahoma, has been awarded a maximum $35,439,063 fixed-price with economic-price-adjustment, requirements contract under solicitation SPE604-20-R-0403 for pipeline quality direct supply natural gas. This was a competitive acquisition with four offers received. This is a three-year contract with a possible six-month carryover. Locations of performance are California, Nevada and Washington, with a Sept. 30, 2023, performance completion date. Using customers are Navy, Air Force and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 and customers are responsible to fund these contracts and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-20-D-7502). Cobham Mission Systems Davenport LSS Inc., doing business as Cobham Mission Systems, Davenport, Iowa, has been awarded a maximum $17,492,050 firm‐fixed-price, indefinite-delivery requirements contract for a nitrogen inerting unit. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) as stated in Federal Acquisition Regulation 6.302‐1. This is a five‐year contract with no option periods. Location of performance is Iowa, with a June 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0023). Hamilton Sundstrand Corp., doing business as UTC Aerospace, Windsor Locks, Connecticut, has been awarded a $15,144,635 firm‐fixed‐price, requirements contract for F-16 accessory drive gearboxes, hydraulic start motors and B-2 airframe mounted accessory drives. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302‐1. This is a five-year base contract with one five-year option period. Locations of performance are Iowa and Connecticut, with a June 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriations is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPE4AX‐20‐D‐9410). CORRECTION: The contract announced on June 11, 2020, for Oshkosh Defense LLC, Oshkosh, Wisconsin (SPRDL1-20-D0065) for $10,836,726 was announced with an incorrect award date. The correct award date is June 23, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2231349/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 23, 2020

    June 25, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 23, 2020

    DEFENSE LOGISTICS AGENCY Steris Corp., Mentor, Ohio, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 41 offers received. This is a five-year base contract with one five-year option period. Location of performance is Ohio, with a June 22, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0008). Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a maximum $81,800,432 firm-fixed-price contract for Airborne Low Frequency Sonar 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 five-year one-month contract with no option periods. Location of performance is Maryland, with a July 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Y043). Simmonds Precision Sensors & Integrated Systems, Vergennes, Vermont, has been awarded a maximum $9,052,524 firm-fixed-price contract for vehicle flight system management 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 two-year one-month contract with no option periods. Location of performance is Vermont, with a July 30, 2022, performance completion date. Using customers are Navy and Danish military forces. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds and Foreign Military Sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-E-F02). NAVY Jacobs/B&V JV (Federal Services), Honolulu, Hawaii, is awarded $85,000,000 for an indefinite-delivery/indefinite-quantity contract with a maximum amount of $85,000,000 for architect-engineer services for various projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC), Hawaii. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%). The work to be performed provides for architect-engineer services to include, but are not limited to, utility projects; the execution and delivery of military construction (MILCON) project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; furniture, fixtures and equipment packages; and post construction award services. Work is expected to be completed by June 2025, and the term of the contract is not to exceed 60 months. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds for the minimum guarantee in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON planning and design funds. This contract was competitively procured via the beta SAM website, and four proposals were received. The Naval Facilities Engineering Command, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5036). Lockheed Martin Corp., Liverpool, New York, is awarded a $22,433,508 modification (P00001) to firm-fixed-price order N00019-20-F-0535 against basic ordering agreement N00019-19-G-0029. This order exercises options to procure 12 retrofit advanced radar processor systems for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Massachusetts (46%), and is expected to be completed by November 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $3,738,918; and fiscal 2020 aircraft procurement (Navy) funds in the amount of 18,694,590 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. Mercury Defense Systems Inc., Cypress, California, is awarded an $11,734,623 firm-fixed-price order N68335-20-F-0243 against previously issued basic ordering agreement N683350-17-G-0017. This order provides for non-recurring engineering associated with the hardware and software design and development of the Type II Advanced Digital Radio Frequency Memories (DRFM) as well as the production and delivery of 22 DRFMs for the Navy and the Air Force under Small Business Innovation Research Topic N06-036 titled, “Advanced Techniques for Digital Radio Frequency Memories (DRFM).” Work will be performed in Cypress, California (73%); and West Caldwell, New Jersey (27%), and is expected to be completed by November 2021. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $4,800,528; fiscal 2020 research, development, test and evaluations (Navy) funds in the amount of $$4,267,136; and fiscal 2020 weapons procurement (Navy) funds in the amount of $2,666,960 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. ARMY Hardwire LLC,* Pocomoke, Maryland (W91CRB-20-D-0026); Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-20-D-0027); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-20-D-0028), will compete for each order of the $57,914,467 firm-fixed-price contract for the procurement of small arms protective inserts. 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 June 22, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $49,621,502 firm-fixed-price contract for the purchase of the Joint Service General Purpose Mask systems and spare components. 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 22, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0078). CORRECTION: The multiple award task order contract issued on April 22, 2020, listed eight contractors. In addition to them, CES-RESCON LLC,* Anchorage, Alaska (W911KB-20-D-0016), will compete for each order of the $140,000,000 firm-fixed-price contract. AIR FORCE Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $12,374,760 firm-fixed-price and cost-reimbursable modification (P00030) to contract FA8730-16-C-0019 for the Royal Saudi Air Force (RSAF) F-15SA Cyber Protection System (CPS) and Related Facilities program. This modification provides for implementation and delivery of end-user training for the CPS for two years. The scope of this contract effort will include custom contractor-developed training and original equipment manufacturer training. This is a Foreign Military Sales (FMS) acquisition between the U.S. government and the Kingdom of Saudi Arabia. This FMS is for the total package of acquisition and fielding of 84 F-15A aircraft; the upgrade of 70 F-15SA aircraft to the F-154SA configuration; the procurement of associated equipment, weapons and spares; and the construction, refurbishment and infrastructure improvements of support facilities for the F-15SA in the Kingdom of Saudi Arabia. Work will be performed at RSAF facilities in the Kingdom of Saudi Arabia and is expected to be completed by June 1, 2022. This award is the result of a sole-source acquisition and FMS funds in the full amount will be obligated at the time of the award. Total cumulative face value of the contract is $165,863,230. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Compunetix Inc., Monroeville, Pennsylvania, has been awarded a $9,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for equipment to upgrade mission control rooms (MCR) at the Ridley Mission Control Center, the Birk Flight Test Facility and MCRs at Eglin Air Force Base, Florida. Work will be performed at Edwards AFB, California; and Eglin AFB, and is expected to be completed June 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Test Center, Edwards AFB, is the contracting activity (FA9302-20-D-0010). The Boeing Co., Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, has been awarded an $8,471,689 firm-fixed-price, cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00005) to contract FA8730-18-C-0001 for the Japan Airborne Warning and Control System (AWACS) mission computing upgrade (MCU) installation and checkout (I&CO) and Automatic Dependent Surveillance Broadcast Out (ADS-B Out). The contract modification is to upgrade its fleet of four aircraft with the ADS-B Out capability. ADS-B Out is a software and hardware update to the Raytheon APX-119 transponder that includes the addition of a Global Positioning System (GPS) card. Under the E-767 AWACS I&CO program, the GPS card is to be installed within the four aircraft and updating the three ground support facilities. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, and is expected to be completed Dec. 23, 2023. This modification involves Foreign Military Sales (FMS) to the Japan Air Self-Defense Force. FMS funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $227,688,995. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. CORRECTION: The following contract numbers were omitted from a June 19, 2020, announcement of a multiple-award contract to provide equipment, training and product support to approximately 3,500 Air Force Special Warfare operators, as well as authorized users in support of Special Warfare mission requirements: Federal Resources, Stevensville, Maryland (FA8629-20-D-5003); W.S. Darley & Co., Itasca, Illinois (FA8629-20-D-5052); US21 Inc., Fairfax, Virginia (FA8629-20-D-5053); Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8629-20-D-5054); and Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8629-20-D-5055). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2229945/source/GovDelivery/

  • DoD Seeks Billions More For COVID-Related Delays

    June 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    DoD Seeks Billions More For COVID-Related Delays

    DoD also looking for tens of billions in extra funding from the White House, public still waiting for specifics on where it will go. By PAUL MCLEARYon June 22, 2020 at 3:16 PM WASHINGTON: The Pentagon knows it needs “lower double digit billions” to cope with COVID-19 related costs, but remains vague about just how much money it is asking the White House to add to the $740 billion already requested for 2021. Defense officials disclosed weeks ago that a request was on its way, and it is now with the White House Office of Management and Budget waiting for approval. The money will be part of a large-scale effort to cover defense industry claims of supply chain and workforce reductions as a result of the COVID-19 crisis, and is covered explicitly by Section 3610 of the coronavirus relief package. Under that rule, contractors can ask the Pentagon and other federal agencies to cover things mandated by new government rules like personal protective equipment, cleaning, and staggering work shifts. Speaking with reporters at the Pentagon this morning, acquisition chief Ellen Lord said “sooner is better, I think, is the best way to put it,” when asked about when the funds will be available. Lord repeated the timeline she has been referring to for weeks, saying “we continue to assess a three-month slowdown to all programs due to COVID-19,” she said, “we have seen inefficiencies across most programs. COVID-19 is shutting down defense manufacturing facilities and production lines, disrupting supply chains and distressing the financial stability of the companies DoD relies on to protect the nation.” The vast majority of defense firms have operated at at least some reduced capacity over the past several months, and Lord said the Pentagon continues to see the biggest impacts in the aviation and ship building supply chains” In order to spur the system, the DoD has sped up planned payments to the defense industry, hitting the $2 billion mark in recent days, and each of the large prime contractors have “confirmed their detailed plans to work with their supply chains to accelerate payments to identify distressed companies, and small businesses.” https://breakingdefense.com/2020/06/dod-seeks-billions-more-for-covid-related-delays

  • Contract Awards by US Department of Defense - June 22, 2020

    June 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 22, 2020

    NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $869,043,785 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2117. This modification includes continued design completion, engineering work, affordability studies and design support efforts for the Columbia Class fleet ballistic missile submarines (SSBNs). Work will be performed in Groton, Connecticut (41%); Quonset Point, Rhode Island (14%); and Newport News, Virginia (2%), with other efforts performed at various sites throughout the U.S. (43%). This modification also includes submarine industrial base development and expansion efforts as part of the integrated enterprise plan and multi program material procurement supporting Columbia SSBNs and the nuclear shipbuilding enterprise (Virginia class and Ford class). The contract modification also provides additional United Kingdom (U.K.) Strategic Weapon Support System kit manufacturing and effort to support expansion of the domestic missile tube industrial base. Specific effort includes design completion associated with the SSBN 827 technical variance documentation; non-recurring design effort for scope changes between the SSBN 826 and SSBN 827; design for affordability; lead ship component development lead yard support; follow ship lead yard support; and implementation of enhanced cyber security measures. Further, the action includes U.K. Strategic Weapon Support System kit manufacturing; expansion of the domestic missile tube industrial base; and submarine industrial base supplier development efforts. The submarine industrial base development and expansion efforts improve sub-tier vendor stability and gains economic efficiencies based on production economies for major components. The nuclear shipbuilding industrial base continues to ramp up production capability to support the increased demand associated with the Navy's Force Structure Assessment. Improved capacity at the sub-tier vendors reduces risk across nuclear shipbuilding programs. The contract modification includes a fully priced option for the construction of SSBN 826 and SSBN 827, associated design and engineering support. For SSBN 827, the modification covers advance procurement, advance construction and subsequent fiscal 2024 construction of SSBN 827. This option is required to support October 2020 construction start of the SSBN 826. If the option is exercised, the cumulative value of this contract will increase to $9,473,511,245. Work is expected to be complete by December 2031. The industrial base development work is for the furtherance of the fiscal 2020 National Defense Authorization Act (Public Law 116-92) and the Consolidated Appropriations Act 2020 (Public Law 116-93), which authorized and appropriated additional funds for submarine industrial base development and expansion to ensure second and third-tier contractors are able to meet increased production requirements. This is a joint U.S. and U.K. program; U.S. fiscal 2020 national sea-based deterrence funds in the amount of $31,903,052 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $26,866,441 firm-fixed-price contract that procures two MQ-9A Reaper unmanned air systems (UAS); one dual control mobile ground control station; one modular data center; and one mobile ground control station for Group 5 UAS intelligence, surveillance and reconnaissance services/persistent strike efforts. Work will be performed in Yuma, Arizona (40%); and various locations outside the continental U.S. (60%), and is expected to be complete by December 2020. Fiscal 2020 aircraft procurement (Navy) funds for $26,866,441 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0031). (Awarded June 19, 2020) Alabama Shipyard LLC, Mobile, Alabama, is awarded a $23,752,381, firm-fixed-price contract for a 96-calendar day shipyard availability for the regular overhaul and dry docking of the USSN Ship Supply (T-AOE 6). Work will be performed in Mobile, Alabama, and is expected to be complete by November 2020. This contract includes one base period and 10 options which, if exercised, would bring the cumulative value of this contract to $26,361,776. Working capital funds (Navy) in the amount of $23,752,381 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website, and one offer was received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Pacific Maritime Industries,* San Diego, California (N00244-20-D-0005); Marine & Restaurant Fabricators,* San Diego, California (N00244-20-D-0006); and JPL Habitability,* National City, California (N00244-20-D-0007), are awarded an estimated $23,192,490 for multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide shipboard furniture supplies to renovate spaces onboard Navy ships. Work will be performed at all three contractor locations San Diego, California; and National City, California (collectively 70% as breakdown cannot be determined at this time); and Naval Base San Diego, San Diego, California (30%). Incidental services involve preparation of spaces and installation. Related tasks may include, but are not limited to, overheads, decks, bulkheads, furniture, rearrangements, new arrangements, fabrication of shipboard furniture and food service items, installation and removals, etc. The contract will include a one-year base period and two one-year option periods and the total value of this contract will have a ceiling price of $23,192,490, if exercised. The ordering period of the contract is expected to be complete by June 2021; if all options are exercised, the ordering period will be complete by June 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,500 will be obligated ($17,500 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Delivery orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a total small business set-aside requirement with three offers received. The Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $12,522,521 firm-fixed-price, cost-plus-fixed-fee order (N61340-20-F-0096) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering in support of establishing a functional configuration baseline in support of the production and delivery of Automatic Dependent Surveillance-Broadcast Out (ADS-B Out) A-kits and B-kits for the T-45 Training System. Work will be performed in St. Louis, Missouri (97%); Mesa, Arizona (1%); and various locations within the continental U.S. (2%). This order provides for the procurement of B-kits, to include air data computers and A-kits, which consist of associated wiring, splitters and filters and spares. This order also provides kit integration, follow-on analysis and engineering in support of issues that may arise during kit production and installation. Work is expected to be complete by January 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,109,441; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,516,503; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,387,476 will be obligated at time of award; $7,109,441 will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded June 19, 2020) FGS LLC, LaPlata, Maryland, is awarded a $9,760,698 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures network video teleconference equipment for the integrated command control and intelligence divisions integration of specialized network video teleconference systems in support of the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components. Work will be performed in LaPlata, Maryland, and is expected to be complete by June 2022. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0029). Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $9,738,679 cost-plus-fixed-fee order (N68335-20-F-0349) against previously issued basic ordering agreement N68335-19-G-0036. This order provides for continued research and development efforts under Small Business Innovation Research topic N171-012, titled “Transition of Mission Planning Software to a Next Generation Component Based, Open Architecture using Advanced Refactoring Technology;” topic N07-137, titled “Artifact Assessment Tool Suite Infrastructure;” and topic N171-049, titled “Cyber Resiliency via Virtualization for Combat System.” Work will be performed in Huntsville, Alabama (58%); Mt. Laurel, New Jersey (20%); Arlington, Virginia (20%); and Fall River, Massachusetts (2%). This order provides further research and development of the Next-Generation Open Architecture (NGOA) Mission Planning System. The NGOA Mission Planning System includes a combat management system architecture that enables rapid software changes and fleet fielding, and an artificial intelligence/machine learning based dynamic mission planning capability that spans fleet-level and individual platform-level planning. Work is expected to be complete by June 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds for $9,403,719 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $9,000,000 modification (P00004) to firm-fixed-price order N00019-19-F-2963 against previously issued basic ordering agreement N00019-16-G-0001. This modification procures research and development support for airworthiness assessment activities associated with wing stores and configurations to be analyzed with the Wideband Satellite Communication radome for P-8A airworthiness certification and flight tests for the Navy and government of Australia. Work will be performed in Seattle, Washington (85%); and Patuxent River, Maryland (15%), and is expected to be complete by September 2021. Fiscal 2020 research, development, test, and evaluation (Navy) funds for $500,000; and foreign cooperative project funds for $3,000,000 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded an $8,902,824 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-6311 for basic outfitting assembly (BOA) installation labor and BOA installation labor other direct costs to support the Littoral Combat Ship (LCS) Mission Modules Program. Work will be performed in Port Hueneme, California (80%); and Bethpage, New York (20%). The LCS Mission Modules Program provides the fleet with sets of mission capabilities that are packaged as mission modules and combined into mission packages to maximize the affordability for the utility of LCS sea frames. Each mission module makes use of common support containers whose designs are based upon an International Organization for Standardization-compliant base shipping container. The “base” container is built to print with adjustable interior rails that can be reconfigured for a variety of applications. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $199,400 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Lincoln Public School, Lincoln, Massachusetts, is being awarded an $85,722,108 firm-fixed-price contract for comprehensive educational program services for Pre-K-grade 12 and special education services. The place of performance will be at Hanscom Air Force Base, Massachusetts. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $15,909,600 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0005). Caesar Rodney School District, Camden-Wyoming, Delaware, is being awarded a $54,322,239 firm-fixed-price contract for comprehensive educational program services for K-grade 12 and special education services. The place of performance will be at Dover Air Force Base, Delaware. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $9,844,731 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0003). ARMY VisionCorps, Lancaster, Pennsylvania, was awarded a $24,381,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension 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 18, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0009). The University of Maine System, Orono, Maine, was awarded a $19,915,332 cost-no-fee contract for expeditionary maneuver support materials and structures. Bids were solicited via the internet with one received. Work will be performed in Orono, Maine, with an estimated completion date of June 22, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $3,215,332 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0053). Inovio Pharmaceuticals Inc.,* Plymouth Meeting, Pennsylvania, was awarded a $16,570,397 firm-fixed-price contract for 900 CELLECTRA 2000 DNA vaccine injection devices. Bids were solicited via the internet with one received. Work will be performed in Plymouth Meeting, Pennsylvania, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 defense emergency response funds in the amount of $16,570,397 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0084). (Awarded June 19, 2020) Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $13,231,241 firm-fixed-price contract for spare components for the RA-1 Parachute System. 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 22, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0076). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $10,564,760 modification (P00097) to contract W56HZV-15-C-0095 for field service representatives to provide maintenance to Joint Light Tactical Vehicles during an exercise being conducted by the United Kingdom Ministry of Defense. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2023. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $10,564,760 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Winston-Salem Industries For The Blind Inc., Winston-Salem, North Carolina, was awarded an $8,127,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension 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 21, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0010). CORRECTION: A $7,985,880 contract modification announced on June 18, 2020, to DRS Sustainment Systems Inc., St. Louis, Missouri (W56HZV-16-C-0028), for seven Joint Assault Bridge Systems, incorrectly included an estimated completion date of May 11, 2024. The estimated completion date is actually Dec. 30, 2021. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2228273/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.